SOURCES SOUGHT
99 -- 5930 - Switches
- Notice Date
- 2/10/2025 4:12:10 PM
- Notice Type
- Sources Sought
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0248
- Response Due
- 2/14/2025 10:00:00 AM
- Archive Date
- 03/01/2025
- Point of Contact
- Subrina Cantil
- E-Mail Address
-
Subrina.Cantil@va.gov
(Subrina.Cantil@va.gov)
- Description
- Page 1 of 5 Sources Sought: Potential contractors shall provide, at a minimum, the following information to Subrina.Cantil@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI. 2) Please identify your company�s size (and item manufacture sized) in comparison to the anticipated North American Industry Classification System (NAICS) code 561621. To be considered a small business your company must have fewer than $25.0 Size standards in millions of dollars. This notice is unrestricted at this time to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Proposed item manufacture [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no all other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) This is a �brand name or equal� requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that �equal� products must meet to satisfy the Government�s needs. To be considered for any potential solicitation, offers of �equal� products, including �equal� products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the �equal� item meets or exceeds the salient characteristics required by the Government. (7) The Buy American Act provides a preference for domestic end products for supplies within the United States. It is anticipated this requirement will include FAR Clause 52.225-1 and 52.225-2. In accordance with FAR Provision 52.225-2, please indicate the country of origin for the proposed item(s). Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Page 2 of 5 Business Administration registration for VetCert Registry located at Veteran Small Business Certification (sba.gov). Salient Characteristics have been included in this notice. NO PARTIAL QUOTES WILL BE ACCEPTED. TOTAL LINE-ITEM PRICES WILL BE TOTAL PRICE OF ALL LINE ITEMS WILL BE ACCEPTED. The Government is accepting industry comment on the notice. Comments may or may not be incorporated, at the discretion of the Government. Potential candidates having the capabilities necessary to provide the above stated supply items are invited to respond to this Sources Sought Notice via e-mail to Subrina Cantil at Subrina.Cantil@va.gov no later than Friday, 14 December 2025, at 10 AM PST. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: � Company name � Address � Business size � Unique Entity ID Number � Point of contact name � Phone number � E-mail address Any questions or concerns may also be directed to Subrina Cantil via e-mail. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Page 3 of 5 Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. STATEMENT OF WORK (SOW) 1. Contract Title. Acquisition of Avigilon Backbone Upgrade Package for Puget Sound Veteran Affairs (VA) Medical Center � 663. 2. Background. The VA Seattle Police Department depend heavily on the camera system for surveillance and investigation of unlawful conduct here on the Seattle campus. A recent upgrade to replace the outdated and antiquated PELCO cameras has put an immense burden on the current Information Technology (IT) infrastructure that we currently host. This has already caused some issues in image quality and choppiness with the recorded footage being unusable for the police during their investigations. The only way to improve this quality is to improve the infrastructure through the acquisition of switches capable of having a higher throughput. This will become increasingly more important in the long term as Seattle continues to plan for more cameras to be added as they are requested on an individual basis and as new facility buildings get renovated and / or added. 3. Scope. The Avigilon backbone upgrade is meant to improve our current switches and infrastructure to be able to support the Seattle campus Avigilon system. The system will be utilized by the police and maintained by Facilities Maintenance Service (FMS) Healthcare Technology Management (HTM) Electronics team. 4. Specific Tasks. A couple switches provide the backbone for the upgrade, while fiber patch cords and the network video recorder (NVR) Small form-factor pluggable (SFP) kit and S.F.P. slides are necessary accessories to make connections to the switches. The acquisition of the following items is needed to update the infrastructure to meet current demands: Description MFG Model 24 Port 10G Switch Cisco CSC-C1300-24XS 48 Port Power over Ethernet (PoE) Switch Cisco CSC-C1300-48FP-4X 10G SFP+ StarTech SFP10GSRSTTA Page 4 of 5 10G NVR SFP KIT Avigilon NVR5-SFPPLUS-SR-A Fiber Patch Cable AllenTel GBLC2-D5-01 Fiber Patch Cord, 3M Leviton 5LDLC-M03 5. Performance Monitoring (if applicable). Equipment will be regularly monitored after each use by FMS HTM Electronics as the end user for proper operation and maintenance. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 8. Other Pertinent Information or Special Considerations. N/A a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). No COI exists. e. Inspection and Acceptance Criteria. H.T.M. is responsible for certifying that the work done is performed to standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 9. Risk Control N/A 10. Place of Performance. Equipment will be used at VA Puget Sound Seattle campus. Page 5 of 5 11. Period of Performance. 90 Days. 12. Delivery Location: Puget Sound VAHCS, Seattle Campus 1660 South Columbian Way Seattle, WA 98108-1532 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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 RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cddba4f6711c44e38a2b94e4e41cb71d/view)
- Place of Performance
- Address: Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07338615-F 20250212/250210230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |