Federal Contract Opportunity

Last Updated on 13 Jun 2025 at 8 PM
Solicitation
Saint cloud Minnesota

Y1AA--656-19-324 Upgrade Physical Access Control System (PACS) 36C263-25-AP-3085

Details

Solicitation ID 36C26325B0021
Posted Date 13 Jun 2025 at 8 PM
Response Date 07 Jul 2025 at 3 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Network Contract Office 23 (36c263)
Agency Department Of Veterans Affairs
Location Saint cloud Minnesota United states 56303

Possible Bidders

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Sign up to access Documents

Signup now

This notice is for informational purposes only and is not a request for submission of bids.

THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE.  In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified in the Veteran Small Business Certification (VetCert) at (https://veterans.certify.sba.gov) as a SDVOSB. Only bids from verified SDVOSB’s at VetCert database at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award.

The applicable North American Industry Classification System (NAICS) code is 236220: Commercial and Institutional Building Construction with the applicable small business size standard of $45 million.  In accordance with VAAR 819.7003(b), the bidders must represent to the Contracting Officer that it is a small business concern under the NAICS code assigned to this acquisition. In accordance with VAAR 836.204, the magnitude of construction for this project is between $2,000,000.00 and $5,000,000.00.

The Department of Veterans Affairs (VA), Saint Cloud Health Care System (SCHCS), Saint Cloud VA Medical Center intends to issue an Invitation for Bid (IFB) in accordance with the procedures set forth in Part 14 and 36 of the Federal Acquisition Regulation (FAR). Network Contracting Office 23 (NCO23) intends to award a single, firm fixed-price contract for completion of construction Project: Upgrade Physical Access Control System (PACS) at the VA SCHCS, Saint Cloud VA Medical in Saint Cloud, Minnesota. An IFB is planned to be issued on or about July 7, 2025, with an award date within 90 calendar days from bid opening date. All bids will be due on August 8, 2025, at 2:00 PM CST. Further details of all dates, events, and locations, including site visit will be available in the solicitation.

The contractor shall provide all necessary labor, materials, tools, and equipment to support the campus-wide upgrade of the Physical Access Control System (PACS). This project includes the installation of new card access hardware, software, card readers, and door card hardware at designated existing openings as indicated in the project drawings. The scope of work includes the replacement of existing PACS devices along with the modification or relocation of utilities, architectural elements, and electrical systems to accommodate the new installations.

The upgraded system will include high-priority biometric card readers, card key and keyed pad door controllers, and a new PC-based server to manage access control functions. The new PACS system must fully integrate all existing PACS devices and allow them to be incorporated into a unified control system.

The project requires demolition, alterations, and utility relocations as necessary to facilitate the installation of the new PACS system. Architectural and electrical modifications will also be performed to ensure system compatibility. All construction activities must be scheduled and phased to minimize disruption to staff and daily operations, while also adhering to infection control measures throughout the project duration.

To ensure full system integration and operability, the contractor must test all PACS devices and network connections both functionally and operationally after installation. All work must comply with the project specifications, contract drawings, and applicable local, state, federal, and national codes, and regulations. The contractor must also adhere to all VA directives, design guides, and manuals to ensure compliance with regulatory requirements and project standards.

The period of performance for this work is four hundred and ninety-five (495) calendar days from issuance of Notice to Proceed (NTP). There is a 60-day window after the Post Award Conference and prior to the Notice to Proceed for badging-related submission and processing. No additional expense will be allowed regarding badging items henceforth.

The IFB (solicitation), consisting of various bid documents, specifications, forms, etc. will be available for download at System for Award Management (SAM) Contract Opportunity https://sam.gov/content/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. These documents will include complete details of the solicitation and project requirements. Any amendments to the solicitation will be posted at the same location. Interested bidders are advised they are responsible for obtaining all bidding documents via Contract Opportunities, and for monitoring the Contract Opportunities website for any changes to this announcement and pending solicitation. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities. A bidders list will not be maintained.  Hard copies of any documents regarding this project will not be mailed or made available outside of this web site.

All questions must be submitted in writing to the issuing Contract Officer via email to [email protected]. Telephone inquiries will not be answered.

Similar Opportunities

Dayton Ohio 08 Oct 2025 at 4 AM (estimated)
Ridgeland Mississippi 08 Jul 2025 at 9 PM
Ridgeland Mississippi 08 Jul 2025 at 9 PM

Similar Awards

Location Unknown 16 Aug 2019 at 4 PM
Location Unknown 23 Oct 2019 at 8 PM
Location Unknown 15 Aug 2017 at 3 PM
Location Unknown 23 Sep 2019 at 6 PM
Location Unknown 20 Jan 2011 at 4 PM