SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor who can install a motion intrusion detection system and coordinate the equipment with existing systems at the Perry Point VAMC. Scope of Work The Contractor shall install one operable motion intrusion detection system that will detect entry into building 59. The Contractor shall provide all materials, labor, supervision, equipment, supplies, temporary facilities, transportation, tools, and other items as necessary to perform the procurement, installation, and programming of a motion intrusion detection alarm system for building 59, including all necessary building infrastructure (including but not limited to cabling, intrusion panels, intrusion keypads, door contacts, motion detectors, power supplies, and relay boards Contractor shall perform procurement of all required motion intrusion detection system components, licenses, system design, installation, configuration, and acceptance testing of each component of the intrusion system. All equipment shall be new, unused, and covered under manufacturer's warranty period. Equipment warranty period shall be no less than 24 months and warranty period shall start from the date of system acceptance. Labor warranty shall be for a period of 12 months from the date of system acceptance. Brand name or equal is required and incorporated in this acquisition. Contractor shall be required to coordinate motion intrusion detection equipment with existing systems. Contractor shall field survey all areas to satisfy themselves with the conditions prior to execution of contract work. Contractors shall engage the services of an experienced electrical sub-contractor for completing any electrical connection portions of the project who are properly trained and licensed in the State of Maryland to perform the proposed work (110VAC power and greater). Period of Performance Services shall be performed between the hours of 7:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays. For working outside the regular hours as defined in the contract, the vendor shall give 3 days notice to the Contracting Officer so that arrangements can be provided for the employees. Safety and Environmental Precautions The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926, and any applicable VA technical standards. Contractor is solely responsible for determining the requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. All site contractors shall have completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Copies of valid OSHA course completion cards must be submitted for COR review prior to start of construction activities. Contractor shall safeguard public and government personnel, property and equipment, as well as avoid interruption of Government Operations. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. All necessary precautions shall be taken by the contractor to prevent accidental activation of any existing smoke detectors or discharge of sprinkler heads. Damages to previously installed/existing work by the contractor, including condition of finishes, shall be promptly repaired or replaced in-kind at the contractor s expense to the satisfaction of the COR. Contractor will report accidents or losses to the Contracting Officer as specified in relevant regulations and standards. Whenever the contractor becomes aware of serious or imminent danger to Government, civilian or contractor personnel, the contractor shall take immediate corrective action. Contractor shall maintain work areas in a neat, clean, and safe condition. The Contractor shall be responsible for providing, installing and removing any temporary signage, barriers, barricade tape, etc, which may be required to control pedestrian and/or vehicle traffic in the work area. Remove demolished materials and restore site. VA COR will coordinate retention of removed items. Any equipment not retained shall be removed from site and disposed of by contractor. Contractor shall take all measures and provide all material necessary for protecting existing government equipment and property in affected areas against dust and debris per the VAMHCS Infection Control Risk Assessment (ICRA) Matrix of Precautions for Construction and Renovation. VA Maryland Health Care System Smoking Policy The VA Maryland Health Care system is a smoke free environment and applies to all employees, patients, visitors, vendors, and contractors while on any VA campus. The smoke-free policy covers all smoking material including but not limited to: Cigarettes Cigars Pipes Any other combustion of tobacco Non-Federal Drug Administration (FDA) approved electronic nicotine delivery systems (ENDS), including but not limited to electronic or e-cigarettes, vape pens, or e-cigars. Interested & Capable Responses: Must respond with the following information. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Perry Point VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0443 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted by 1:00 PM (ET) Monday, April 28, 2025. Responses to the information requested above must be submitted via email to Patricia Thai at Patricia.Thai@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice.