Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is for full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290, with a small business size standard of 800 employees. The FSC/PSC is 6530. The Regional Procurement Office West Admin, Activation Branch II is seeking to purchase Resident Guard System; Accutech security equipment, installation, and testing for the VA San Diego Healthcare System new Spinal Cord Injury/Community Living Center. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Accutech Resident Guard LS24200 System 1 EA 0002 Installation and Testing Accutech Resident Guard LS24200 System 1 JB SCOPE OF WORK: Resident Guard System, Installation, and Testing The intent of this Request for Quote is for a Resident Guard System, installation, and testing in the new Spinal Cord Injury and Community Living Center space on floors 2, 3, and 4 in Building 26 at the Jennifer Moreno VA Medical Center. SCHEDULE OF SERVICES: The intent of the Government is to award a Firm-Fixed Price contract for the Resident Guard System, labor, and testing in the new Spinal Cord Injury and Community Living Center space on floors 2, 3, and 4 in Building 26 at the Jennifer Moreno VA Medical Center. Installation Breakdown by Floor Floor 2: 3 Single Doors, 4 Double Doors, 2 Elevator Halls Floor 3: 3 Singles Doors, 5 Double Doors, 2 Elevator Halls Floor 4: 3 Singles Doors, 7 Double Doors, 2 Elevator Halls Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 ITEM # DESCRIPTION EST QTY UNIT 1 Material for LS24200 System (6) Graphic Display Panels (31) LS2400 Controllers (62) Keypads (2 for each door) (41) Magnetic Contact/Brown (6) Passive Infrared Readers (6) Elevator Deactivation kits (Elevator company must make final connections, not included) (6) Central Power Supplies (2 per floor) (3) Start up Kits (Includes IDTAD Handheld (internal tag #254) W/ Charging Cord (15) Wrist/Ankle Tag W/ Gray Band, 6,000 ft CAT5 Plenum Cable 1 1 2 Installation Labor 1 1 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform all labor and provide all hardware required to install the Resident Guard system on floors 2, 3, and 4 of Building 26 at the Jennifer Moreno VA Medical Center. The system is to be installed on 3 single doors, 4 double doors, and 2 elevator halls on Floor 2. The system is to be installed on 3 single doors, 5 double doors, and 2 elevator halls on Floor 3. The system is to be installed on 3 single doors, 7 double doors, and 2 elevator halls on Floor 4. Components of the system at each single door location and each double door location include a door sensor, wall sensor, sound box, reset panel, and power supply. Components of the system at each elevator hall location include a Passive Infrared Reader (PIR), wall sensor, sound box, reset panel, and power supply. Two Graphic Display Panels will be installed for each floor for floors 2, 3, and 4. All vendor provided components must meet the technical specifications outlined below. The vendor is responsible for providing all necessary labor and material to install the system. Installation of all electrical components should follow NFPA 99 guidelines. The installer should be certified by Resident Guard manufacturer Accutech. Technical Specifications Wall sensor Operating Voltage: Minimum: 15 VDC Current Consumption: Maximum: 350 mA Size: 17.50 x 7.00 x 1.50 approximately Transmit Frequency: Nominal 131 kHz Receive Frequency: 418 MHz Frequency Range: up to 10 feet radius (360º) Sound box Alarm will sound until manually reset by staff Reset panel Size: 2.85 x 4.65 LED status indicators Power supply Operating Voltage: 120V AC, 2 amp Output: 15V DC, 4.5 amps Enclosure size: 12.00 x 12.00 x 4.00 Passive Infrared Reader (PIR) Beam Coverage: Vertical curtain up to 15 x 15 feet Size: 2.50 x 4.40 x 1.40 Operating Voltage: 12V DC Current: Stand-by 15 mA, In alarm 18mA Relay Output: N.O./N.C. 2A/28V AC/DC maximum Graphic Display Panel (GDP) Size: 13 x 19 LED alarm indicators Alarm audio alerts Vendor shall provide the COR an electronic copy of the field service report after on-site service within 7 calendar days. At a minimum, this report must contain a detailed description of services performed for each item of equipment, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. REMOVAL OF EQUIPMENT: Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number. Delivery shall be provided 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 3350 La Jolla Village Drive San Diego, CA Postal Code: 92161 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The full text of FAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [Nov 2023] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services [Jan 2025] The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-20, Reporting Executive Compensation & First Tier Subcontract Awards (June 2020) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) 52.219-14, Limitations on Subcontracting (OCT 2022) 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.225-1, Buy American--Supplies (OCT 2022) 52.225-5, Trade Agreements (NOV 2023) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) Addendum to FAR 52.212-4 52.204-13 System for Award Management Maintenance (OCT 2018) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.229-3 Federal, State, and Local Taxes (FEB 2013) 852.203-70 Commercial Advertising (MAY 2018) 852.212-71 Gray Market and Counterfeit Items 852.222-71 Compliance with Executive Order 13899(DEVIATION)(APR 2025) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) Addendum to FAR 52.212-1 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.225-18 Place of Manufacture (AUG 2018) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) (End of Addendum to 52.212-1) All quoters shall submit the following: Quote format and content The quote must have information identifying the quoter, the solicitation number, and the contents as outlined below. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. To be considered for award, quotes must include: Technical Acceptability A technical description of the items(s) being quoted in sufficient detail to evaluate in compliance with the requirements in the solicitation. Meet or Exceed Statement of Work and/or Salient Characteristics: Quotes must separately address each salient characteristic to be considered responsive to this solicitation. If offering an or equal to item, it is the quoters responsibility to provide adequate documentation to thoroughly determine and evaluate if the or equal to item meets and/or exceeds all salient characteristics. You must either be the manufacturer and/or an authorized distributor. Authorized distributors must provide documentation from the manufacturer on the manufacturer s letterhead. The installer should be certified and provide certification of OEM, Accutech. Price Complete all contract line-item numbers Completion/Certification of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024). Completion/Certification of 52.225-2, Buy American Certificate (Oct 2022) Verification of SAM registration At the time of submission of quote, the Quoter must represent to the contracting officer that the offeror has an active registration in System for Award Management (SAM.gov) SAM.gov | Home All quotes shall be sent to Lynn.Pettit@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Acceptability Price Past Performance The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits an quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 1:00PM CST, July 31, 2025, at Lynn.Pettit@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Lynn Pettit, Lynn.Pettit@va.gov