THIS REQUEST IS FOR SOURCES SOUGHT AND IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice is marked as proprietary and will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 561621 (size standard of $25M). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide a Physical Access Control System (PACS) and Intrusion Detection System (IDS) that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Hudson Valley Healthcare System: 1. Background a. The Physical Access Control System (PACS) and the Intrusion Detection Systems (IDS) at both the Montrose and Castle Point Veterans Administration Medical Centers (VAMCs) are past their end-of-life cycles. While the systems are still partially operational, the PACS system server has failed, and the IDS components are no longer supported by the manufacturer. In the current state, the VAMCs physical security operation is vulnerable, and further systems deterioration is inevitable. b. The VAMC's Electronics, Engineering and Police leaders have collaborated on a strategy to replace the PACS and IDS systems in a multi-year, phased approach while maintaining the VAMC health care security operations. The strategy aims to integrate the Hudson Valley Health Care security systems to work together efficiently, to leverage data analytics, and to bolster access control and intrusion capabilities. The strategy is also forward thinking to ensure the PACS will integrate with future video surveillance system (VSS) upgrades. 2. Physical Access Control System a. Contractor will provide for installation of all Software House iStar G2 Controllers. b. Customer to provide direct connected power to new controllers, and server location. c. Contractor to provide Network Connections from the G2 Controllers to the network switch for server for connectivity. Contractor to provide cable and install access control readers as shown on plans. d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware. i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings. ii. Contractor will clearly post the appropriate PACS programming pages, indicating all devices terminated within each panel. iii. Contractor will install the CC9000 ACS Desktop Site Server with a Dell monitor for viewing the ACS system. 3. Intrusion Detection System a. Contractor will provide for installation of all DMP XR550 Controllers. b. Customer to provide direct connected power to new controllers. c. Contractor to provide Network Connections for the controllers. Contractor shall provide, wire, and install keypads, PIRs, glass breaks and duress/panic devices as shown on plans. d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware. i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings. ii. Contractor will clearly post the appropriate IDS programming pages, indicating all devices are terminated within each panel. Franklin Delano Roosevelt Hospital (Montrose): Software House CCURE 9000 Access Control Qty Device # Description 1 IDTV-SPR3310 IDTV SPR3310 USB SC RDR 1 CCURE-HA-MD C-CURE High Assurance for v3.10 & above 6 USTAR-GCM ISTAR ULTRA GCM, BD ONLY 7 USTAR-ACM ISTAR ULTRA ACM, BD ONLY 6 AS0073-000 APC 8Rdr Input Bus Module 18 NSI_PS12120-F2/WESCO POWER-SONIC | 1201203402 | PS-12120F2 27 WVL-ET25-3PS WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF+PROX 54 AX-6644 RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK) 35 199-12-W DOOR CONTACT 1 DPDT WHITE 27 DS160 PIR EXIT SENSOR, LT GRAY LOT 454645AYW 18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000 Reel 27 G2-RM-DCM-2 OSDP/DCM-2 DOOR CONTROL MOD 1 Miscellaneous Hardware Hardware to build Temp wall for stagging panels. 6 PSX-WISU 16-E8S PSX WIRED SYS, ULTRA16, E8, 150/250W, 2 D8P LOT NSI_JCI-2ELEM-30-OSDP/WCW 4C OSDP (22-1P OAS)+18-02 YEL JKT Lynx Duress Qty Device # Description 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 5 NSI_ LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ LYNX,CCURE,SDK,INTERFACE (CC9000-LYNX Required also) DMP Intrusion Detection Qty Device # Description 7 XR150DNL-G XR150 DIALER, NET,LARGE GRAY ENCLOSURE 2 714-8L-G 8PT ZONE EXPANDER IN 350 ENCLOSURE 7 321 TRANSFMR,UL,16.5V 40VA PLG-IN 7 ES502 Transformer Enclosure 7 318 BATTERY HARNESS, 18 GA. *C* 7 3012 Tamper Switch, Clip-On 26 FX-360 OPTEX 360 PIR 14 7070-W THIN LCD KYPD,4 ZNS,WHT 14 695-W CONDUIT BACKBOX FOR KEYPAD 1 WAVE2 Indoor Siren, 2-Tone 2 4532 GRI 4532 OVERHEAD DOOR CONTACT 2 FG-730 GLASSBREAK DETECTOR 11 NSI_734617/WESCO G.R.I GEORGE RISK INDUSTRIES | 4463A LOT 454652AWHA 22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box LOT 454704AWH 18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box 8 477967 Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah Castle Point VA Medical Center: Software House CCURE 9000 Access Control Qty Device # Description 1 CC9000-SR CC9000 Ser R Software 1 USB-PINPAD TARGUS USB NUMERIC PINPAD AKP10US 7 PSX-WISU16-E8S PSX WIRED SYS,ULTRA16,E8, 150/250W, 2 D8P 7 USTAR-GCM ISTAR ULTRA GCM, BD ONLY 8 USTAR-ACM ISTAR ULTRA ACM, BD ONLY 7 AS0073-000 APC 8Rdr Input Bus Module 21 NSI_PS12120-F2/WESCO POWER-SONIC | 1201203402 | PS-12120F2 20 WVL-ET25-3PS WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF + PROX 45 AX-6644 RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK) 25 199-12-W DOOR CONTACT 1" DPDT WHITE 20 DS160 PIR EXIT SENSOR, LT GRAY LOT 454645AYW 18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000' Reel 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 20 G2-RM-DCM-2 OSDP/DCM-2 DOOR CONTROL MOD LOT NSI_JCI-2ELEM-30-OSDP/ 2 Element OSDP cable Yellow 1 CCURE-HA-MD C-CURE High Assurance for v3.10 & above 1 IDTV-SPR3310 IDTV SPR3310 USB SC RDR 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 1 LYNX-WLR-INDOOR LYNX,WLR,REPEATER,INDOOR 10 NSI_LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ NSI Product Production - Use When Adding Non Standard Products 1 Miscellaneous Hardware Local purchase for temp wall. Lynx Duress Qty Device # Description 1 CC9000-LYNX CCURE 9000 INTEGRATION WITH LYNX 2 LYNX-WLS-3 LYNX WIRELESS REC SYSTEM 1 LYNX-WLR-INDOOR LYNX,WLR,REPEATER,INDOOR 10 NSI_LYNX-WLT-IDPNC-4/ LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING 1 NSI_LYNX-C-SDK/ NSI Product Production - Use When Adding Non Standard Products DMP Intrusion Detection Qty Device # Description 7 XR150DNL-G XR150 DIALER, NET,LARGE GRAY ENCLOSURE 2 714-8L-G 8PT ZONE EXPANDER IN 350 ENCLOSURE 7 321 TRANSFMR,UL,16.5V 40VA PLG-IN 7 ES502 Transformer Enclosure 7 318 BATTERY HARNESS, 18 GA. *C* 7 3012 Tamper Switch, Clip-On 26 FX-360 OPTEX 360 PIR 14 7070-W THIN LCD KYPD,4 ZNS,WHT 14 695-W CONDUIT BACKBOX FOR KEYPAD 1 WAVE2 Indoor Siren, 2-Tone 2 4532 GRI 4532 OVERHEAD DOOR CONTACT 2 FG-730 GLASSBREAK DETECTOR 11 NSI_734617/WESCO G.R.I GEORGE RISK INDUSTRIES | 4463A LOT 454652AWHA 22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box LOT 454704AWH 18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box 7 477967 Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah Strategy: Prioritize establishing a functional access control system and infrastructure, with an integrated Lynx duress system in phase 1. The Lynx duress system will integrate with the CCURE 9000 security management system as well as the VA Police radios. FDR Phase 1 Access Control and Lynx Duress Integration Material Labor & Programming Project Management CADD Castle Point Phase 1 Access Control and Lynx Duress Integration Material Labor & Programming Project Management CADD FDR Phase 2 DMP Intrusion Detection Material Labor & Programming CADD Castle Point Phase 2 DMP Intrusion Detection Material Labor & Programming CADD RESPONSIBILITIES: VA Hudson Valley Responsibilities General 1) VA Hudson Valley Health Care will furnish free & clear access to all areas within the designated The Vendor work zone. 2) VA Hudson Valley Health Care will provide information regarding any special considerations that may exist in any specific location such as time restriction, clean/lab areas, clearance requirements, etc. 3) VA Hudson Valley Health Care will provide the appropriate wall space required within each security headend location to install the required equipment, to ensure a properly functioning security system. a) Fire Rated plywood backing will be supplied by VA Hudson Valley Health Care when required. 4) VA Hudson Valley Health Care will furnish the work and/or cost for the provision of electrical and power wire installation. 5) VA Hudson Valley Health Care will provide a dedicated power source within five (5) feet of the designated security enclosure locations. This power source will produce 110VAC at minimum. 6) VA Hudson Valley Health Care will furnish and install power as noted in the drawing package and within this SOW. Unless otherwise noted by The Vendor, all dedicated 110VAC power (free from interference) are to be provided by VA Hudson Valley Health Care to locations as specified by The Vendor and is not included in the Vendor pricing. 7) VA Hudson Valley Health Care will always have a representative on-site during Installation. The Vendor technicians will not work unsupervised at any VA Hudson Valley Health Care facilities. 8) VA Hudson Valley Health Care will provide escorts as needed daily. The Vendor s Responsibilities 1. The installation of equipment shall comply with all national, state, and local building and electrical code requirements, Building Industry Consulting Service International (BICSI), UL 681, and other required regulations, where applicable 2. At least one The Vendor s technician must be prepared to show proof of qualification at the start of any VA Hudson Valley Health Care project. 3. The Vendor will coordinate all internal resources so that all teams are available to complete the installation. 4. All wiring shall be dressed-in , equipment shall be neatly installed, and all panels shall be provided with tamper switches (where applicable) 5. The Vendor will schedule, in advance, the installation on a date that is acceptable to Sequoia Research. 6. All of the Vendor s personnel working on a VA Hudson Valley Health Care facility must be US citizens or US persons as defined by International Traffic in Arms Regulations. 7. The Vendor s technician(s) will check in with a VA Hudson Valley Health Care representative at the start & finish of each workday. Weekly status reports are due on Friday at 3:00 PM EST. 8. The Vendor shall guarantee all workmanship and materials to be free of defects for a period of one (1) year from the date of acceptance by the VA Hudson Valley Health Care security representative. The Vendor will submit a request for the Acceptance Test in writing to the Government Project Manager, no less than 7 days prior to the requested test date. The request for Acceptance Test shall be accompanied by a certification from The Vendor that all work is complete and has been pre-tested, and that all corrections have been made. 9. During Acceptance Test, The Vendor will demonstrate all equipment, and system features to the security systems coordinator. The Vendor shall remove covers, open wiring connections, operate equipment, and perform other reasonable work as requested by the coordinator. 10. Any portions of the work found to be deficient or not in compliance with the Drawings and Specifications will be rejected. 11. The security systems coordinator will prepare a list of any such deficiencies observed during the Acceptance Test. 12. The Vendor will promptly correct all deficiencies. 13. Upon correction of deficiencies, The Vendor will submit a request in writing to the Government Project Manager for another Acceptance Test. 14. After all work is completed, The Vendor will conduct a final inspection and pre-test all equipment and system features required for project. The Vendor shall correct any deficiencies discovered as the result of the inspection and pre-test. 15. The Vendor will use Tamper Type Security Screws in all junction boxes that have security wiring in them. TRAINING: 1) Prior to completion of the installation, The Vendor will coordinate with the designated local VA Hudson Valley Health Care security representative regarding training requirements for all installed security systems. This training will consist of, at minimum: a) Access Control System: 4 hours of Administrator/Operator instruction. Deliverables and Closeout Documentation: 1) Kickoff Meeting 2) System Installation Daily check-in/out report a) Weekly status report 3) Deployment completed and inventory submitted. a) Period of Performance 4) Documentation for all system testing 5) Acceptance Testing with a VA Hudson Valley Health Care representative. 6) Training 7) Completion Photos 8) Customer Sign-Off (Completed) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items? (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your Sam.gov Unique Entity ID number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Jonatan.Rondon@va.gov, telephone responses shall not be accepted. Responses must be received no later than February 18th, 2026, at 1600 EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.