This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22-Gilbert is seeking a qualified vendor to Remove the existing Outdoor Wireless Security Camera System, and Design and Install a new Outdoor Wireless Security Camera System at the Southern Arizona VA Healthcare System (SAVAHCS) at 3601 S. 6th Avenue in Tucson, Arizona. The contractor shall provide all labor, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement of the capabilities stated below: An onsite project manager shall have a minimum of 5 years-experience performing similar projects of equal complexity or greater. Engineers, technicians, and installers working onsite shall have the following training and certifications: CISCO Certified Network Professionals (CCNP-Wireless) and Cisco Certified Network Associates (CCNA-Wireless). -- A CISCO Certified CCNP Wireless Engineer shall have a minimum of 5 years- experience performing similar projects of equal complexity or greater as a Validation Survey Lead Engineer. A CISCO Certified CCNP Wireless Engineer with less than 5 years-experience must have hands-on knowledge configuring VA Cisco Unified Wireless Network (CUWN) infrastructures. -- A CISCO trained and certified CCNA Wireless Engineer shall have a minimum of 3 years- experience performing onsite surveys and installations. Provide documentation of 2 to 3 projects demonstrating your companies experience designing and installing outdoor wireless security camera systems of the same magnitude or greater that meet project requirements. Provide a one-page paper on how you would internalize and manage this project. DRAFT STATEMENT OF WORK DRAFT TITLE: Design, Remove, and Replace SAVAHCS Outdoor Closed-Circuit Video Surveillance WIFI System 1.0 BACKGROUND The Southern Arizona VA Healthcare System (SAVAHCS) currently has a need for a Contractor to design and install a new outdoor closed-circuit video surveillance WIFI system using a standards-based, outdoor Enterprise Class multi-point mesh solution, replacing the facility s existing Firetide (Hotport 7020) monitoring system that is currently shared with 13 Solar Photovoltaic (PV) arrays on campus (12 Solar PV carport structure arrays and one Ground Mount array). The purpose of the mesh is to provide an outdoor data back-haul for both the high definition Internet Protocol (IP) cameras and Solar PV arrays. Once a new mesh is designed, and the current mesh is removed, a new turnkey outdoor wireless mesh network solution will be installed, separating the monitoring systems into two individual networks. Monitoring of the Solar PV arrays will remain on the stand-alone Engineering Server located in Biomedical Engineering, while the video surveillance system (VSS) is moved to SAVAHCS IT Server located in the IT Server room. The Contractor will lead the project s software and server design through the VA s Technical Reference Model (VA TRM) and VA IT Process Request portal (ViPR) to procure permissions to add new software and camera memory to the IT server. 2.0 CONTRACTOR QUALIFICATIONS Contractor shall have the following qualifications: An onsite project manager shall have a minimum of 5 years-experience performing similar projects of equal complexity or greater. Engineers, technicians, and installers working onsite shall have the following training and certifications: CISCO Certified Network Professionals (CCNP-Wireless) and Cisco Certified Network Associates (CCNA-Wireless). -- A CISCO Certified CCNP Wireless Engineer shall have a minimum of 5 years-experience performing similar projects of equal complexity or greater as a Validation Survey Lead Engineer. A CISCO Certified CCNP Wireless Engineer with less than 5 years-experience must have hands-on knowledge configuring VA Cisco Unified Wireless Network (CUWN) infrastructures. -- A CISCO trained and certified CCNA Wireless Engineer shall have a minimum of 3 years- experience performing onsite surveys and installations. Deliverables: Certification Certificates 3.0 PROJECT MANAGEMENT A. CONTRACTOR PROJECT MANAGEMENT PLAN The Contractor shall deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline, and tools to be used in execution of the contract.  The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks, and resource support.  The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the SOW. The initial baseline CPMP shall be concurred upon and updated in accordance with Section B of the contract. The Contractor shall update and maintain the VA Project Manager approved CPMP throughout the Period of Performance. Deliverables: Contractor Project Management Plan B. PROJECT RISK AND ISSUES MANAGEMENT Contractor shall perform risk and issues management activities, utilizing project management standards and best practices. Contractor shall develop and implement a robust risk and issues management plan. This shall include but not be limited to the development of risk management processes and the establishment and maintenance of a risk management tool for tracking risks and issues. The Contractor shall facilitate weekly risk management meetings and perform risk and issues tracking in accordance with the risk management plan. The risk and issues tracking tool shall list all open and historical risks associated with the effort. The Contractor shall participate in comprehensive risk analysis activities and document the results in the risk tracker. Mitigation strategies and approaches shall be developed for each risk, documented, tracked and managed utilizing the risk tracking tool. Deliverables: A. Risk Management Plan B. Risk Tracking & Management Tool C. REPORTING REQUIREMENTS The Contractor shall provide the COR with Weekly Progress Reports in electronic form in Microsoft Word and Project formats. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding week. The weekly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall also identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The report shall also include an itemized list of all Electronic and Information Technology (EIT) deliverables to allow SAVAHCS Logistics staff prepare inventory listings. The Contractor shall monitor performance against the CPMP and report any deviations. It is expected that the Contractor will keep in communication with VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Deliverable: Weekly Progress Report D. DOCUMENT REPOSITORY The Contractor will establish and maintain a document repository (i.e., Share Point site) that serves as the official repository of all contract documents and deliverables. Contractor will provide the Government with the link to the repository. The Contractor shall maintain the repository for 1 year beyond system turnover. The Contractor shall provide all documentation in soft format via DVD to VA prior to termination of the repository. Deliverable: Repository DVD 4.0 APPLICABLE DOCUMENTS In the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: Federal Information Security Modernization Act of 2014. Federal Information Processing Standards (FIPS) Publication 140-3, Security Requirements for Cryptographic Modules. VA Directive and Handbook 6102, Internet/Intranet Services, August 5, 2019. 36 C.F.R. Part 1194 Electronic and Information Technology Accessibility Standards, July 1, 2011. Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. Homeland Security Presidential Directive (12) (HSPD-12), August 27, 2004. VA Handbook 6500.8, Information System Contingency Planning , April 6, 2011. National Institute Standards and Technology (NIST) Special Publications (SP). VA Directive 6508, Implementation of Privacy Threshold Analysis and Privacy Impact Assessment, October 15, 2014. VA Handbook 6508.1, Procedures for Privacy Threshold Analysis and Privacy Impact Assessment, July 30, 2015. OMB Memorandum, Transition to IPv6 , September 28, 2010. VA Directive 0735, Homeland Security Presidential Directive 12 (HSPD-12) Program, October 26, 2015. VA Handbook 0735, Homeland Security Presidential Directive 12 (HSPD-12) Program, March 24, 2014. OMB Memorandum M-06-18, Acquisition of Products and Services for Implementation of HSPD-12, June 30, 2006. OMB memorandum M-11-11, Continued Implementation of Homeland Security. Presidential Directive (HSPD) 12 Policy for a Common Identification Standard for Federal Employees and Contractors, February 3, 2011. OMB Memorandum, Guidance for Homeland Security Presidential Directive (HSPD) 12 Implementation, May 23, 2008. Federal Identity, Credential, and Access Management (FICAM) Roadmap and Implementation Guidance, December 2, 2011. NIST SP 800-164, Guidelines on Hardware-Rooted Security in Mobile Devices (Draft), October 2012. 5.0 REQUIREMENT DESCRIPTION The Contractor shall remove the current Firetide infrastructure at SAVAHCS and replace it with a standards-based, outdoor Enterprise Class mesh solution that is 100 percent compatible and can be integrated seamlessly into the existing CUWN. The CUWN infrastructure is comprised of 10 active meshes on campus. Meshes 1- 9 support Video while Mesh 10 is dedicated to Photovoltaic Management. This solution shall replace Meshes 1-10. Reference Addendum A-Map Node Locations for specific data pertaining to endpoint/node relationship, distribution and location. The Firetide solution currently utilizes 90° panel antennas @ 19dB and supports 26 photovoltaic system nodes (13 invertors +13 meters) and 80 IP cameras. Special attention shall be given to the area where the current Mesh 9 is located due to node density to insure mitigation of co-channel interference and lack of throughput. The existing Firetide solution in operation is depicted in Figure 1 below: FIGURE 1: FIRETIDE MESH LOCATIONS AT TUCSON VAMC The existing wireless infrastructure solution is based on these strategic design philosophies: System Management Scalable Hierarchical Upgradeable Flexible client support (FIPS 140-2 Supplicant) Standards based IEEE, IETF, FIPS 140-2, NIST, etc. Security Focused Interoperability With Existing VA Infrastructure Wireless client agnostic Legacy Client support Resilient & Self-healing Redundant Tunable Ease of Configuration, Operation, Management, Maintenance, and Use Standardized across all deployed systems, able to be C&A Type Accredited See Figure 2 below for a high-level overview of the existing system architecture. FIGURE 2: VA WIFI SOLUTION ARCHITECTURE OVERVIEW 5.1 DESIGN AND TECHNICAL CONSIDERATIONS The Contractor shall design an outdoor wireless mesh solution to entail SAVAHCS outdoor campus, approximately 119 acres in size as depicted in Figure 1 on page 5. In order for the mesh to be properly designed and engineered, the following aspects of the site must be considered: Node locations Line of Site Fresnel Zone Channel utilization Transmit power End-to-End Throughput Antenna usage Power availability Existing cable plant fitness The outdoor wireless network solution shall: Fully support the prescribed End-to-End data rate levels and other requirements delineated within this document to include minimum end-to-end throughput as follows: 8Mbps for each IP camera 10Kbps per Inverter 10Kbps per meter Provide data backhaul from endpoints to the VA Network via 5 GHz frequency spectrum, utilizing the appropriate FCC approved frequency bands for outdoor use. Only non-overlapping FCC licensed channels are to be used. Each mesh AP shall fully support the current device bandwidth backhaul plus an additional end-to-end 16Mbmps to support the addition of 2 additional security cameras for each node to be installed to accommodate for any. Enable resiliency and the self-healing design of the Wireless Infrastructure. The features of Radio Resource Monitoring (RRM) that enable this functionality are: Dynamic channel assignment (DCA) Interference detection and avoidance Dynamic transmit power control (TPC) Co-exist without interference with the existing Firetide System during the transition period. No mobile 2.4/5.0 GHz clients shall be utilizing the solution. Operate in a Point-to-Multipoint Wireless or Point-to Point paradigm. Be designed to scale (to support a total of 250 HD cameras at a minimum) in support of VA s growing capacity needs and open in support of additional nodes. System Expansion and Scalability is a primary concern of the system solution. The system device load is expected to grow from the current base of 83 HD Security Cameras and Photovoltaic equipment to a total of 250 HD Cameras due to campus growth. The exact placement for the additional security cameras is not known at this time and it is understood by the VA that the contractor designed system mesh solution will not host the full 250 camera load and will require additional MESH APs to augment the system at a future date based on campus construction projects. The Root AP(s) for the contractor designed system shall be sized to fully accommodate the bandwidth requirements of the projected system size of 250 cameras and the existing photovoltaic connections. Be scalable in support of additional mesh nodes because it is based on ratified Internet Engineering Task Force (IETF) and Institute for Electrical and Electronic Engineers (IEEE) standards providing the widest range of third-party vendor products. In terms of capacity, the solution shall scale 5.0GHz frequencies based on the 802.11a/n/ac specification following the summary of IEEE standard.; Comply with all Ethernet transport standards including IEEE 802.3, IEEE802.11 a/n/ac, and IEEE 802.1p for quality of service and traffic prioritization. Comply with Federal Information Processing Standards (FIPS) 140-2 security policies provided by NIST. The modules deployed must be configured to operate in an acceptable FIPS mode of operation as specified by the applicable Security Policy. All cryptographic modules in the delivered system components required as part of the solution to protect sensitive information or access of any kind shall be FIPS 140-2 validated and have a certificate issued by the National Institute of Standards and Technology (NIST) that can be found posted on their validation list website. The vendor shall supply a signed letter stating their application, product or module is a validated module or incorporates a validated module, the module provides all the cryptographic services in the solution and reference the modules validation certificate number. The certificate number will provide reference to the CMVP list of validated modules. The Contractor shall be responsible for maintaining the FIPS 140-2 validation throughout the performance period. Be fault tolerant in the case of a FboNotice AP failure. In the case of FboNotice AP failure, the system shall continue to operate in 100% capacity. Be designed in a High-Availability (HA) configuration/redundancy model. Be designed in such a manner as to reduce or eliminate co- channel interference. Have the ability to provide Ethernet switch functionality. Be modular and not share any radios with access point functionality. Be designed for VA s mission-critical environment where up-time is critical. Maximum uptime (99.999%) shall be ensured through proper design specifically focused on system performance. Be designed to provide the MAXIMUM data rate possible with minimal re-transmits in support of HD Video. Be FCC certified. Provide the ability to eliminate weak radio links in the network. Provide the ability to configure any channel in the specified frequency bands. Support Dynamic Channel Allocation for optimal RF performance. Provide the capability to logically combine the two radios in Bonded Mode of operation for higher bandwidth. Support a minimum of three 10/100/1000 Base-T Ethernet switch port using RJ45 connections. Have the ability to connect to each other over Ethernet. Have the ability to bridge multiple remote wireless mesh networks over IP. Support static route configurations. Support multicast capabilities. Support low latency of the order of 0,9 ms (average) per hop. Support simultaneous support for video, voice and data multi services. Support Quality of Service (QoS) and 802.1p standards based QoS. Support username and password security for all networking interfaces. Have hardware to support encryption. Be capable of distinguishing between authorized infrastructure components and alien/rogue devices. Have digitally signed firmware files. Support 802.11i Enterprise connections as the primary form on connectivity. As such, it will support and be configured with the WPA2 protocol with AES encryption and 802.1x EAP- TLS authentication. It shall also support 802.11i Personal with WAP2 and PSKs. The 802.11i implementation must be in accordance with NIST Special Publication 800-97 Establishing Wireless Robust Security Networks (RSN): A Guide to IEEE 802.11i. Support 256-bit AES, 40/104-bit WEP, 64/128-bit WEP, 256-bit WPA2-PSK encryption keys, 802.11i, WPA2, and RADIUS authentication. Support ESSID encryption, and MAC address filtering. Be rugged NEMA 4X/IP67 rated for outdoor deployments. Include surge suppression equipment. Be provisioned (e.g. sunshields if necessary) to operate in the specified area s environment and shall be physically secure from theft and tampering. Be ROHS & WEEE compliant. Operate at temperatures ranging from -40°C to 55°C (-40 to 131°F) plus Solar Loading Each NEMA box supporting the MESH Node shall: Require special tool to open Vendor shall provide 2 (two tools to the VA) Be secured with a pad lock (all locks shall be keyed the same). Contain a hard-laminated card with the node specific name, switch name, and node specific antenna orientation data to include. Antenna angular deflection from 0 (North) Antenna angular deflection from 0 (Level) +up/-down The contractor shall have the latitude to redesign the individual MESHs to provide the best distribution of Mesh Access Points (MAPs) to Routed Access Points (RAPs) for system throughput. Each node of the Mesh has specific endpoint device loads. The Contractor shall be responsible for developing all power and channel assignments based on specifications for data rates as defined in Cisco Wireless Mesh Access Points, Design and Deployment Guide, Release 8.0, Chapter 3, Design Considerations to ensure that endpoint device throughput is assured End-to-End. 5.2 VIDEO SALIENT CHARACTERISTICS This section provides video surveillance specifications that must be met or exceeded. A. FEATURES All cameras shall be: 1. Color during the day and monochromatic at night. 2. Shall be Powered over Ethernet (PoE). Network switches supporting PoE cameras shall have a back-up power source to ensure cameras are still operational in the event of loss of primary power to the Video Surveillance System (VSS) System. 3. Shall be rated for continuous operation under environmental conditions. 4. Be home-runed to remote nodes. 5. Each function and activity shall be addressed within the system by a unique user defined name, with minimum of twenty (20) characters. Use of codes or mnemonics identifying the VSS action shall not be accepted. 6. Shall come with built-in video motion detection that shall automatically monitor and process information from each camera. The camera motion detection shall detect motion within the camera's field of view and provide automatic visual, remote alarms as a result of detected motion. 7. Shall be programmed to digitally flip from color to black and white at dusk and vice versa at low light conditions. 8. Shall be fitted with Automatic Maximum Aperture Indexing/Defocus Control (AI/DC) lenses to ensure image quality under differing light conditions. 9. Pan, tilt, and zoom (P/T/Z) cameras shall be utilized in a manner that they complement fixed cameras and shall not be used as a primary means of monitoring activity. 10. Dummy or fake cameras will not be utilized at any time. 11. Appropriate signage shall be designed, provided, and posted that notifies people that area is under camera surveillance. B. VIDEO CAMERAS All High Definition Integrated Digital Network Cameras shall have: Dual video streams with up to 8.3 Megapixel resolution (3848 x 2160) in progressive scan format. Pickup devices (CCD or CMOS) shall be matched to the conditions to provide optimum picture quality and transmission. 3. Alarm inputs and relay outputs built-in for integration with hard-wired external sensors. 4. Or be capable to upgrade firmware throughout the Network using software-based device utilities. 5. Auto back focus (ABF) functionality using a push button on the camera. ABF parameters shall also be configurable through a standard Web browser interface. 6. A video output port providing a means for adjusting the field of view and focus at the camera. 7. Advanced low-light capabilities for color and day/night models with sensitivity down to 0.12 lux in color and 0.03 lux in black and white (B-W). 8. A removable IR cut filter mechanism for increased sensitivity in low-light installations. The sensitivity of IR cut filter removal shall be configurable through a Web browser. 9. Or support two simultaneous, configurable video streams. H.264 and MJPEG compression formats shall be available for primary and secondary streams with selectable unicast and multicast protocols. The streams shall be configurable in a variety of frame rates and bit rates. 10. Industry standard Power over Ethernet (PoE) 11. Or be IEEE 802.3af compliant, suppling power to all Network cameras. Network cameras shall also offer a 24 VAC power input for optional use. 12. A standard Web browser interface for remote administration and configuration of camera parameters. 13. A window blanking feature to conceal user-defined privacy areas which cannot be viewed by an operator. The network camera shall support up to four blanked windows. A blanked area shall appear on the screen as a solid gray window. 14. Or support standard IT protocols. 15. Or support open architecture best practices with a published API available to third-party network video recording and management systems. 16. Or be configured for exterior use. 17. Or use category CAT6A cable as the primary source for carrying signals up to 100 m (300 ft.) from a switch hub or network server. If any camera is installed greater than 100 m (300 ft.) from the controlling device, then the following will be required: a. A local or remote 12 VDC or 24 VAC power-source from a Class 2, UL compliant power supply. b. A signal convert to convert from a CAT6A cable over to a fiber optic or standard signal cable. The signal will need to be converted back to a CAT6A cable at the controlling device using a signal converter card. 18. Or be routed to a controlling device via a network switch. 19. A programmable IP address that allows for installation of multiple units in the same Local Area Network (LAN) environment. 20. The capability to incorporate a minimum of Transmission Control Protocol (TCP)/IP, User Datagram Protocol (UDP), Hypertext Transfer Protocol (HTTP), File Transfer Protocol (FTP), Internet Control Message Protocol (ICMP0, Address Resolution Protocol (ARP), Real-Time Transport Protocol (RTP), Dynamic Host Configuration Protocol (DHCP), Network Time Protocol (NTP), Simple Mail Transfer Protocol (SMTP), Internet Group Management Protocol (IGMP), and Differentiated Service Code Point (DSCP) protocols for various network applications. High Definition Integrated Digital Network Camera Technical Specifications Imaging Device 1/3-inch, effective Imager Type CCD/CMOS, Progressive scan Maximum Resolution 2048 x 1536 (4K) Signal-to-Noise Ratio 50 dB Auto Iris Lens Type DC drive Electronic Shutter Range 1~1/100,000 sec Wide Dynamic Range 60 dB White Balance Range 2,000° to 10,000°K Sensitivity f/1.2; 2,850K; SNR >24dB Color (1x/33ms) 0.50 lux Color SENS (15x/500 ms) 0.12 lux Mono SENS (15x/500 ms) Mono (1x/33ms)0.25 lux 0.03 lux Dome Attenuation Clear Zero light loss Smoke f/1.0 light loss Compression H.264 in base profile and MJPEG Video Streams Up to 2 simultaneous streams, the second Stream variable based on the setup of the primary stream Frame Rate Up to 30, 25, 24, 15, 12.5, 12, 10, 8, 7.5, 6.5, 4, 3, 2, and 1 (depending upon coding, resolution, and stream configuration Available Resolutions 8.3 MPx3840 x 2160; 16:9 aspect ratio; 15.0 ips max., 10.0 Mbps bit rate for MJPEG; 5.0 ips max., 3 Mbps bit rate H.264 5.0 MPx2688 x 1520; 4:3 aspect ratio; 15.0 ips max., 10.0 Mbps bit rate for MJPEG; 5.0 ips max., 5 Mbps bit rate H.264 3.1 MPx2048 x 1536; 4:3 aspect ratio; 2.0 ips max., 10.0 Mbps bit rate for MJPEG; 3.0 ips max., 2.6 Mbps bit rate H.264 2.1 MPx1920 x 1080; 16:9 aspect ratio: 15.0 ips max.,10.0 Mbps bit rate for MJPEG; 5.0 ips max., 2.7 Mbps bit rate H.264 1.9 MPx1600 x 1200; 4:3 aspect ratio; 15.0 ips max.,10.0 Mbps bit rate for MJPEG; 6.0 ips max., 2.6 Mbps bit rate H.264 1.3 MPx1280 x 1024; 5:4 aspect ratio; 15.0 ips max.,10.0 Mbps bit rate for MJPEG; 8.0 ips max., 2.5 Mbps bit rate H.264 1.2 MPx1280 x 960; 4:3 aspect ratio; 15.0 ips max., 9.8 Mbps bit rate for MJPEG; 9.8 ips max., 8.5 Mbps bit rate H.264 0.9 MPx1280 x 720; 16:9 aspect ratio; 30.0 ips max.,10.0 Mbps bit rate for MJPEG; 12.5 ips max., 2.5 Mbps bit rate H.264 0.5 MPx800 x 600; 4:3 aspect ratio; 30.0 ips max., 5.8 Mbps bit rate for MJPEG; 25.0 ips max., 2.0 Mbps bit rate H.264 0.3 MPx640 x 480; 4:3 aspect ratio; 30.0 ips max., 3.7 Mbps bit rate for MJPEG; 30.0 ips max.,1.6 Mbps bit rate H.264 0.1 MPx320 x 240; 4:3 aspect ratio; 30.0 ips max., 0.9 Mbps bit rate for MJPEG; 30.0 ips max., 0.4 Mbps bit rate H.264 Additional 640 x 512, 640 x 352, 480 x 368, 480 x 272, 320 x 256, 320 x 176 Supported Protocols TCP/IP, UDP/IP (Unicast, Multicast IGMP), UPnP, DNS, DHCP, RTP, RTSP, NTP,IPv4, SNMP, QoS, HTTP, HTTPS, LDAP(client), SSH, SSL, STMP, FTP, MDNS(Bonjour), and 802.1x (EAP) Security Access Password protected Software Interface Web browser view and setup, up to 16 cameras Connectors RJ-45 for 100Base-TX, Auto MDI/MDI-X Cable Cat6A cable or better for 100Base-TX Input Voltage 24 VAC or PoE (IEEE802.3af class 3) Power Consumption 6 W Current Consumption PoE <200 mA maximum 24 VAC <295 mA nominal; <390 mA maximum Alarm Input 10 VDC maximum, 5 mA maximum Alarm Output 0 to 15 VDC maximum, 75 mA maximum Lens Mount CS mount, adjustable Pan/Tilt Adjustment Pan 368° Tilt 160° (10° to 170°) Rotate 355° ACCESSORIES a. Pendant mount b. Wall mount for pendant c. Corner adapter for wall mount d. Pole adapter for wall mount RECOMMENDED LENSES a. Megapixel lens, varifocal, 2.2~6.0 mm, f/1.3~2.0 b. Megapixel lens, varifocal, 2.8~8.0 mm, f/1.1~1.9 c. Megapixel lens, varifocal, 2.8~12.0 mm, f/1.4~2.7 d. Megapixel lens, varifocal, 15.0~50.0 mm, f/1.5~2.1 CAMERA ENCLOSURE REQUIREMENTS a. Suitable NEMA rated camera enclosures shall be appropriately matched to each location. b. Camera and lens shall be contained inside each enclosure. c. Enclosure types include: i. Dome ii. Tamper Resistant iii. Blast Resistant iv. Explosion Proof/Sealed 6.0 SCOPE OF WORK (Two Phases) 1. Design 2. Removal and Installation The project objectives are: Inspect outdoor security camera system for gaps in coverage and functionality. Separate the Solar PV arrays WIFI energy monitoring from the existing Security Camera WIFI Mesh to a stand-alone WIFI mesh of its own. - The stand-alone Solar PV arrays WIFI monitoring system will require its own mesh and fiber optic runs back to the Engineering Server (See cross hatched nodes on Addendum A, Campus WIFI Mesh Map). Design new Camera Security System. Remove Existing Camera Security System. Install new Wireless Mesh Camera Security System. - Creates new WIFI network with cameras that are compatible with CISCO s Video Surveillance Operations Manager (VSOM)/Safety and Security Desktop (SASD) software and SAVAHCS Litehouse Physical Security Information System (PSIM). - Includes new antennas, power supplies, IT server, and fiber optic runs. (See Addendum A, Campus WIFI Mesh map). - Expand Surveillance Coverage: To areas under Solar PV Carport structures. To the facility s entrance and exits with cameras capable of reading license plates. On all fence lines with cameras that detect motion and have tracking capability. To the Fisher House area (B100) To the Boiler Plant area. To the Ground Mount array area, including Bldgs. 78 and 95. 6.1 DESIGN PHASE: 6.1.1 KICK-OFF MEETING Initial meeting between the Contractor and SAVAHCS Engineering Project Staff shortly after contract award. The purpose of this meeting will be to review SAVAHCS requirements and to discuss design and installation issues for the project. Deliverables: Kick-Off Meeting Agenda 6.1.2 RF SURVEY Following the Kick-Off Meeting, the Contractor shall conduct a Radio Frequency (RF) survey on-site to verify frequencies required to meet technical requirements outlined in Section 3.2.2. The survey shall be conducted across all areas that will receive coverage. Any work in the area after the RF Survey that alters the RF environment in a way that interferes with mesh operations will be the responsibility of the Facility. The survey methodology and resulting mesh network design shall conform to guidance published in: Cisco Mesh Access Points, Design and Deployment Guide Radio Resource Management Under Unified Wireless Networks (Cisco Doc 71113) The Government will provide site plan drawings and estimated square footage estimates for the site as Government Furnished Information (GFI). All GFI is provided as information only and that Prospective Contractors should not conclude that information in the GFI represents the current layout for the site. Government provided site layouts and site configurations are subject to change without notice. Consequently, there may be minor to significant changes between the GFI and the actual site configurations at the time of the survey. For this reason, the Contractor may elect to conduct a validation of the GFI before beginning the survey work. The Contractor shall be responsible for defining the final design for the site, as well as being responsible for providing a complete system solution that complies with the technical and performance requirements set forth in Section 3.2.2. For the RF Survey, the Contractor shall be responsible for: All hardware, software, and/or materials required to perform the site survey. Any and all signage required to be displayed in areas where the survey is currently in progress. Any and all transportation of personnel and equipment required. All required safety equipment and personal protective equipment required. Adequate number of qualified technicians to perform the site survey. All tools (hardware & software) and materials needed to perform the site survey. Adequate personal protective equipment for all technicians performing the site survey. 6.1.2.3 DESIGN AND INSTALLATION PACKAGE SUBMISSION Following the on-site RF survey, and final design specifications, the Contractor shall submit a Design and Installation Package with the following details: Detailed Design & Engineered solution AP mounting details with enough description to provide understanding of any special mounting/placement circumstances Location of hardware installation, mounting instructions, and antenna selections with channel RF selection. Photographs of all hardware locations with existing hardware installed as surveyed, documenting the hardware # that corresponds to the hardware position, and provide a network diagram for wired devices at each location. Power plan for hardware Detailed list of equipment required to implement design solution; Separate RF heat maps that depict the signal propagation to include: Coverage/throughput and radio/antenna location maps; RSSI for 5 GHz SNR for 5 GHz Exception Report (e.g. cable runs over 90 Meters and power information). All raw AirMagnet data files generated AirMagnet individual files of all surveyed APs AirMagnet consolidated/merged files of surveyed APs Network Diagrams for all wired devices. Spectrum analysis Reports. Report of all gathered information pertaining to the RF environment pertaining to the construction of the site. All design notes, annotated drawings, calculations etc. pertaining to the project Hard/soft copy of all white papers, technical standards and best practices utilized in the development of the survey solution, design and engineering of the system Photos of all survey AP/Antenna locations in situ as surveyed All photos shall be date & time stamped Written guarantee and remediation solution, if solution is found defective upon implementation, to ensure design criteria compliance following installation. Detailed project plan and schedule for installation activities. Contractor shall provide a Mesh System Validation Test Plan for both the solar and the security camera mesh for approval by the Government before the installation work commences. The contractor will design for and provide a physical server for all the security cameras with fourteen (14) full 24-hour days of memory. The memory capability must in addition include 20% unused memory for future expansion. Deliverables: Design & Installation Package Mesh System Validation Test Plan 6.1.2.4 DESIGN AND INSTALLATION SUBMITTALS The design submittal is based on the stated Scope and Objectives listed in Para. 2.0 and discussions that take place at the initial kickoff meeting between the Contractor and SAVAHCS Engineering team to develop the most viable design. Its contents are the Contractor s complete project description, representing design decisions and installation plans that are fully defined and developed. The contract shall not continue to the installation phase until the design is approved by the Program Manager, who will verify that the scope of the project is within the price parameters of the contract. Each design submitted for review shall be identified by SCHEMATIC DESIGN SUBMISSION", or equivalent in large block letters above the title block of each drawing sheet and on the cover of other submission documents, as appropriate. a. Print Sets: Drawings shall be checked and signed by the Contractors Quality Control Manager prior to submission to the Government. Blue-line prints bond on left side will be required. 5 sets (C Size). -- Include one copy on CD of Drawing files in CAD and PDF Specifications 1 Electronic Copy Complete submittal log - 1 copy Infection Control Form 1 copy b. Submittals: Submittals must be legible and include all technical data needed to verify that each item meets listed specifications and applicable code requirements. Specifications, Infection Control Form, Narrative, and Complete Submittal Log shall be submitted in Word and Excel documents (On one CD). -- Specifications: VA Master Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements. Whenever possible, the Master Specifications must be used as the basis for project designs. A complete list of the VA Master Specifications can be viewed at the following website: https://www.cfm.va.gov/TIL/spec.asp#01 or http://www.cfm.va.gov (one electronic copy). -- Infection Control: Provide a completed VA infection control form addressing all areas (Include it in the narrative). A blank form will be provided. The Contractor shall incorporate requirements for Infection control in their design. (Submit 1 set). -- Narrative: The Design Development narrative shall include a summary of the initial meeting with SAVAHCS Engineering team, a discussion and recommendation of various alternatives that have been explored and evaluated, documenting key decisions and explaining important aspects of design, especially those which may not appear in the form of a drawing. As a minimum, the narrative shall identify all required systems, utilities, and major (built-in) equipment with a brief description of its type, location, use, and extent. Address installation issues, and their impact on installation costs (Submit 5 sets). -- Submittal Log -- Preliminary Installation Schedule (See Contractor Project Management Plan on pg.1) 6.2 REMOVAL and INSTALLATION PHASE: Contractor shall furnish all supervision, labor, certifications, equipment, tools, materials, and transportation necessary to perform all operations associated with this contract. Contractor shall perform work in strict accordance with the Statement of Work (SOW) and all supporting documents associated with this contract. 6.2.1 EXISTING INFRASTRUCTURE REMOVAL a. Pre-Removal Installation Requirements: Contractor shall perform an Asbestos and Lead Survey of planned penetration zones of the VA Campus buildings. For asbestos, the contractor will submit survey samples for analysis identifying asbestos and non-asbestos fiber types and percentages, to include a point count of friable samples < 1%. Ensure that all layers are analyzed if a composite sample is collected. Note: For quote submissions: assume buildings have zero asbestos or lead content in the laboratory reports required by this scope. b. Firewall and Smoke Barrier Penetrations: The following requirements apply to all Firewall and Smoke Barrier Penetrations. All Firewalls and Smoke walls are identified in the facility drawings provided to the contractor. It is the responsibility of the contractor to ensure and fully comply with all fire codes in the installation of the system. The Contractor shall: Seal all wall, ceiling, and floor penetrations for cable pathways. - Penetrations less than 2 in diameter shall use a 1 1 ¾ diameter conduit with plastic bushings affixed to each end and, - Be sealed in place utilizing removable, Underwriters Laboratories approved smoke barrier and sealed utilizing only Underwriters Laboratories approved non-hardening, red, intumescent smoke barrier putty on both sides of each penetration. - The site Chief Engineer shall be the approving official for the specific brand to be utilized. - Penetrations greater than 2 shall utilize the Hilti Speed Sleeve CP 653 where applicable and shall be installed in accordance with manufacturer s instructions. - Penetrations greater than 2 in diameter shall use an appropriately sized conduit and be installed in a manner consistent to that stated for smaller sized conduits. Develop a schedule of all penetrations made that breach fire/smoke containment. Positively identify all penetrations made by the contractor by performing the following: - Using fire retardant red paint, place a 6 x 6 square surrounding each side of the Penetration. - Using fire retardant white paint, stencil upon the red square the penetration ID# that correlates to the entry in the schedule of penetrations. Provide penetration photographic proof of each finished penetration in digital format. - A photo shall be taken of each side of every penetration made by the contractor. - Each photo file shall be named to correspond to the penetration ID# and be appended with an A or a B to delineate the difference. - All photos in jpeg format shall be presented to the local site POC saved to a DVD as part of the documentation package. Deliverables: Photo Penetrations DVD Certified Letter for Fire Stops 6.2.2 CONFIGURATION AND INSTALLATION Following approval of the Design and Installation Package, the Contractor shall perform all configuration and installation necessary to complete the work on-site. The Contractor is required to have a One-Time Password (OTP) access to perform configuration services. OTP access will be provided by the VA IAW Security Requirements outlined in this SOW under Information Security Considerations . The Contractor shall be responsible for providing: All hardware, software, and/or materials required to perform the installation, including a new physical server for all security camera applications and recorded memory storage of 14 calendar days with expansion capability of 20%. Any and all signage required to be displayed in areas where the installation is currently in progress. Any and all transportation of personnel and equipment required. All required safety equipment and personal protective equipment required. Adequate number of qualified technicians to perform the installation. All tools (hardware & software) and materials needed to perform the installation. Adequate personal protective equipment for all technicians performing the installation. The installation of the equipment will involve programming the final configurations into the equipment. The Contractor s system engineers shall perform the following configuration tasks as part of the system deployment: Terminal Access Controller Access-Control System (TACACS) + tie backs. IP addresses. Create virtual domains (if required). RADIUS Tie Backs. Management info. General configuration. Wireless with appropriate authentication and encryption methods. Create interfaces (if required). Create interface groups (if required). Set radio parameters. Create mobility groups (if required). Create AP groups (if required). Configure Simple Network Time Protocol (SNTP) and Simple Network Management Protocol (SNMP). Configure connections to the Networked Control System (NCS) (if required). Staging and Configuration Access Points. Prime new access points. Apply names to APs. Set primary and secondary controllers. Add to AP Group. FIPS 140-2 Security Policy configuration items (Access Point FIPS Kits (AIRLAP-FIPSKIT = or equivalent) shall be provided, installed, and configured by the contractor. FIPS kit stickers & label APs. Configure switches connected to each Mesh Node. Migrate all connected end-point devices of Meshes 1-10 in a coordinated manner with the VA and ensure 100% operation of each device. The Contractor shall provide all configuration data for CUWN expansion. Deliverables: System Configurations Documentation 6.2.3 IMPLEMENTATION STANDARDS Implementation shall follow a set of guidelines to ensure enterprise level installations and configurations. Controllers are deployed in an N+1 fashion to provide redundancy in the event of controller failure. The network is based on 802.11a - 5GHz, and 802.11n - 5.0GHz system standards 1. 802.11ac may be utilized provided that the solution is FIPS 140-2 certified at time of installation. All cryptographic modules in deployed devices will be configured to operate in FIPS mode in accordance with applicable FIPS 140-2 Security Policy, VA policy and NIST Special Publication 800-97 guidance. All backhaul uplinks locations shall be designed to RSSI and SNR levels appropriate as determined on required data rate per node. The design will account for avoidance of excessive co-channel interference between access points. Conduit will be specified in the design solution as required and in accordance with all applicable electrical code, safety rules and requirements as set forth by the federal, AZ state and Tucson city governments. The environment is constantly monitored for changes that could affect the wireless signal propagation or introduce additional noise and interference. The centralized controller architecture of the system allows for uniform deployment of access points and for consistent change management. 7.0 POST INSTALLATION SERVICES 7.1 TESTING AND VALIDATION Upon completion of the installation and configuration, the solution shall be tested for final acceptance. The successful completion of this test will transition the site into the operation and maintenance phase. The Contractor shall deliver a System Validation Test Plan to the Government for review and approval before testing commences. The Contractor shall test and validate resiliency and redundancy expected for access points, Wireless Controller redundancy, equipment Logistic/delivery mechanism, and RF Signal Strength/RSSI/SNR for 1st AP detection. If a faulty access point is noted during the validation test process, the Contractor need only to repair/replace the faulty access point, verify the remedy was successful, and then continue the validation test process. The Contractor is not required to repeat the entire validation test process for all previously tested access points. The Contractor shall test all aspects of the installed solution and submit a Test Report validating that the actual installation meets or exceeds the approved site design, as well as the technical and performance requirements of the SOW. If the validation process identify changes are required to the approved design baseline, all changes, including addition, deletion, or relocation of access points or antennas, shall be documented in the Test Report. VA may conduct an independent verification of the system at the VA s discretion. The Contractor shall provide an updated Design and Installation Package upon completion of testing and validation of the solution. This updated package shall reflect actual cable test results, actual placement of access points, and actual configuration. Deliverables: Post Installation Survey Report WiFi System Validation Test Plan WiFi System Validation Test Report Electronic Files of Site Survey Raw Data Updated Design and Installation Package 7.2 SYSTEM TURN-OVER Upon completion of all system installation, compliance with all validation test requirements, Contractor shall schedule a Turn-Over Meeting with the Facility Chief Information Officer (CIO) and appropriate personnel on the appropriate distribution list. The Turn-Over Meeting may occur via teleconference. The scope of this meeting shall be to provide a brief summary of the installation process, lessons learned, and challenges associated with the installation. The Contractor shall also provide site-level training to designated VA personnel .. Successful completion of the Turn-Over process shall signify Government Acceptance of the installation. Deliverables: Turn-Over Checklist Turn-Over Briefing Materials Training Materials 7.3 LESSONS LEARNED REPORT The Contractor shall deliver a lesson s learned document in MS Word format that captures key lessons learned about key areas of this contract. The report shall include the successes and challenges of the installation, as well as a description of things that could have been done differently, things that should not have been done at all, and things that were not done that should have been done. Deliverable: Lessons Learned Report 7.4 WARRANTY and MAINTENANCE SUPPORT The Contractor shall provide a one (1)-Year Standard Warranty on all equipment and standard maintenance support to include preventive maintenance and responding to alarms (X1 hour to inform VA, X4 hours to resolve) , trouble calls (X4 hour to inform VA, X24 hours to resolve), and emergency calls (X1 hour to inform VA, X1 hours to resolve). The Contractor shall provide a complete spare parts inventory consisting of one of each device type utilized in the system such as access points, antennas, antenna cables, National Electrical Manufacturer s Association (NEMA) enclosures, mounts, power supplies, attenuators, amplifiers, etc. 7.5 CERTIFICATE OF MAINTAINABILITY Contractor shall issue, within five (5) working days, a "Certificate of Maintainability" for all equipment acquired and maintained under this contract. The Certificate shall state that preventive maintenance in accordance with the specifications of the OEM has been performed and that the mesh solution is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) commits that it would assume maintenance of the equipment (or the OEM certifies that the equipment is eligible for maintenance) (including repair or inspection charge) if such maintenance were assumed effective the date after the Contractor's performance ceases. Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this requirement, or should any equipment fail to perform in accordance with the certification for any reason, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required maintainable level. Deliverable: Certificate of Maintainability 8.0 SPECIFIC REQUIREMENTS 8.1 SITE SUPERVISION Contractor shall have a site superintendent on-site whenever workmen are present. The site superintendent will only be assigned to this single project. 8.2 UTILITY OUTAGES SAVAHCS requires two weeks notice for all utility outages required for this project. compliant work. 8.3 VA ENTERPRISE ARCHITECTURE COMPLIANCE The applications, supplies, and services furnished under this contract must comply with One-VA Enterprise Architecture (EA), available at http://www.ea.oit.va.gov/index.asp in force at the time of issuance of this contract, including the Program Management Plan and VA's rules, standards, and guidelines in the Technical Reference Model/Standards Profile (TRMSP). VA reserves the right to assess contract deliverables for EA compliance prior to acceptance. 8.4 VA INTERNET and INTRANET STANDARDS The Contractor shall adhere to and comply with VA Directive 6102 and VA Handbook 6102, Internet/Intranet Services, including applicable amendments and changes, if the Contractor s work includes managing, maintaining, establishing and presenting information on VA s Internet/Intranet Service Sites. This pertains but is not limited to: creating announcements; collecting information; databases to be accessed, graphics and links to external sites. Internet/Intranet Services Directive 6102 is posted at (copy and paste the following URL to browser): https://www.va.gov/vapubs/viewPublication.asp?Pub_ID=1056&FType=2 Internet/Intranet Services Handbook 6102 is posted at (copy and paste following URL to browser): https://www.va.gov/vapubs/viewPublication.asp?Pub_ID=1055&FType=2 9.0 GENERAL REQUIREMENTS 9.1 PLACE OF PERFORMANCE Tasks under this SOW shall be performed at the Southern Arizona VA Health Care System (SAVAHCS) located at 3601 South 6th Ave Tucson, AZ 85723 and at Contractor facilities. Tasks requiring on-site presence must be coordinated with the government Point of Contact (POC). Contractors shall be escorted by VA personnel while on-site for areas that require a security escort. The Contractor s on-site work shall minimize disruption of normal business operations of the facility. Tasks not requiring on-site presence (e.g., compiling survey results, drawing configuration plans, drafting reports and other administrative and project management activities) shall be conducted at the Contractor s facility. 9.2 SITE SURVEY A site visit will be conducted on (date TBD) at (time TBD), Building (#), Rm (#) with (Name) at the Southern VA Healthcare System main campus, 3601 S. 6th Avenue, Tucson, AZ 85723 with all prospective Contractors responding to this requirement. Please RSVP by calling or emailing (Name) at: Phone: Email: 9.3 PERFORMANCE PERIOD Design, Removal, Installation, and Testing is estimated to take up to 18 months followed by a 12-month warranty, then a one-year maintenance and service agreement. Commencement of work shall begin within 10 days after receipt of written Notice to Proceed (NTP) and should last no longer than 550 calendar days after date NTP is issued. 9.4 COMMENCMENT, COMPLETION, AND PAYMENT FOR WORK 1. The Contractor shall be required to commence work required at the time specified on the Notice to Proceed (NTP), execute the work, and complete the entire work not later than the completion time specified on the NTP. The time stated for completion shall include final cleanup of the premises. 2. Before commencement of work, the Contractor shall confer with the VA COR to agree on a sequence of procedures; means of access to premises and building; space for storage of materials and equipment; delivery of materials and use of approaches; use of corridors, stairways, elevators, and similar means of communications; location of partitions, eating spaces, and restrooms for the Contractor employees; and the like. Delivery of materials and equipment shall be made with minimal interference to Government operations and personnel. 3. The Contractor will be paid monthly upon submission of proper invoices for work completed. If the performance period exceeds 30 days and a progress schedule (approved by the Government) has been submitted, partial payment(s) may be authorized. Final payment will be withheld until all discrepancies are corrected. 4. The contractor shall attend no less than monthly progress meetings with the COR and/or Contracting Officer to discuss at a minimum: progression of work, projected progress versus actual progress, action items due from the contractor, action items due from the government, and any other significant issues that require attention. The contractor also shall document the meeting minutes and forward a signed copy to the COR for concurrence of the documentation. Copies of all minutes will be forwarded to the Contracting Officer. In the event of any discrepancies the Contracting Officer will be notified immediately for clarification. Contractor will use the Meeting Minutes form provided for use at the kick-off meeting. 9.5 MODIFICATIONS Modifications for this project must be submitted to the assigned COR who will then submit a formal request to the Contracting Officer. New work is not allowed to commence prior to Contracting Officer s signed and written approval via fully executed Standard Form (SF) 30 modification. 9.6 SECURITY and PRIVACY REQUIREMENTS 9.6.1 POSITION/TASK RISK DESIGNATION LEVEL(S) Position Sensitivity Background Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, Personnel Suitability and Security Program, Appendix A) Low / Tier 1 Tier 1 / National Agency Check with Written Inquiries (NACI) A Tier 1/NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), Federal Bureau of Investigation (FBI) name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions. Moderate / Tier 2 Tier 2 / Moderate Background Investigation (MBI) A Tier 2/MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree. High / Tier 4 Tier 4 / Background Investigation (BI) A Tier 4/BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree. The position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the SOW are: Position Sensitivity and Background Investigation Requirements by Task Task Number Tier1 / Low / NACI Tier 2 / Moderate / MBI Tier 4 / High / BI 2.2.1 2.2.2 2.2.3 2.3 The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238210 Electrical Contractors and Other Wiring Installation Contractors ($16.5 Million). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors must submit information by e-mail to michael.williams48@va.gov. All information submissions should be received no later than 3:30 pm Arizona Time on May 14, 2021. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.