Opportunity
SAM #36C24526Q0522
Third Party Monitoring Service & Subscription for VISN 5 Elkridge Landing Office
Buyer
VA Network Contracting Office 5
Posted
May 12, 2026
Respond By
May 19, 2026
Identifier
36C24526Q0522
NAICS
561621
This opportunity from the Department of Veterans Affairs seeks a third-party provider for subscription-based monitoring and support of physical security systems at the VISN 5 office in Linthicum Heights, MD. - The contract covers Intrusion Detection, Access Control, and Video Surveillance systems - Includes central station monitoring, notification services, and a protection plan for naturally occurring faults/failures of covered equipment - Limited parts warranty for Secom-installed parts is included - NDAA-compliant materials and UL2050 certification are required for applicable work - The contract is Firm Fixed Price with a base year and four one-year options (total potential duration: 5 years) - No specific OEMs or product part numbers are listed; the protection plan references Secom-installed parts - Contractor will not have access to the VA network, and video monitoring is not included unless specifically contracted - Place of performance is the VISN 5 Office at 939 Elkridge Landing Road Suite 300, Linthicum Heights, MD 21090 - Contracting office is the VA Maryland Health Care System, with administrative offices in Perry Point, MD and Linthicum, MD
Description
Third Party Monitoring Services & Subscription The Department of Veterans Affairs, Network Contracting Office 5, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to provide subscription-based monitoring, protection, and ongoing service support for physical security systems at the VISN 5 office. This requirement is defined primary by existing hardware already in use at the VISN 5 Office located at 939 Elkridge Landing Road Suite 300, Linthicum Heights, MD 21090. The government is contemplating a Base + 4 option period Firm Fixed Price contract to satisfy this requirement and meet the needs of the VISN 5 Office.
INTERESTED & CAPABLE RESPONSES NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services.
Please respond with your: Business name Business type Socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.) Person of contact (including telephone number & email address) GSA Contract number if applicable DUNS number and SAM UEI number Capability statement Authorized Distributor Letter
Responses must be submitted by 3:00 PM (EDT) Tuesday, May19, 2026. Responses to the information requested above may be submitted via email to Sylvia.Honesty@va.gov. No telephone calls will be accepted.
DISCLAIMERS This Notice of Intent to Sole Source does not constitute a solicitation. All information received in response to this notice that is marked proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (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 incurred associated with responding to this RFI.
This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
STATEMENT OF WORK PART A - GENERAL INFORMATION 1. Background & Purpose The Department of Veterans Affairs (VA) seeks a third party provider to deliver subscription based monitoring, protection, and ongoing service support for physical security systems at the VISN 5 office. Services shall cover Intrusion Detection, Access Control, and Video Surveillance systems, including central station monitoring and a protection plan for naturally occurring faults/failures of covered equipment installed by the provider. PART B WORK REQUIREMENTS B.1 Scope of Services Vendor will provide all labor, material, equipment, tools, monitoring, and supervision necessary to maintain and support the fully installed security systems at the VISN 5 office location. The following tasks are to be completed by the vendor in accordance with the SOW: Systems Covered & Monitoring Intrusion Detection, Access Control, Video Surveillance Custom Protection Plans; Standard Monitoring with 24 hour test timer. Central station Signal Receiving and Notification Service: Contractor endeavors to notify Police/Fire and VA contacts upon alarm/trouble/supervisory signals; may phone verify burglar/fire alarms at discretion prior to dispatch. Communications via telephone, Internet, and/or cellular; cellular requires an active data plan.
Protection Plan & Warranty
Secom Protection Plan: Covers Secom installed parts and labor for natural faults/failures; exclusions include batteries, network issues, vandalism, acts of nature, sabotage, and parts installed by others unless expressly included. After hours calls and issues unrelated to Secom installed parts are billable.
Limited Parts Warranty: One (1) year from installation completion; labor excluded; not covering acts of God, misuse, power/phone outages, or customer network changes.
B.2 Operational Hours & Deliverables
Normal service hours: Monday Friday, 7:00 AM 4:00 PM
Repairs and or Scheduled Services can be coordinated with the VISN 5 office staff and Contracting Officer Representative. Approved work times for this job shall be normal working hours of 8AM 430PM.
Deliverables: Active monitoring with 24 hour test timer; Protection Plan coverage; Project Completion Email Notice upon completion; single deployment training; data sheets/manuals upon request.
B.3 Service Level Expectations (SLEs)
Monitoring Availability: Continuous monitoring subject to communications uptime; Contractor not responsible for outages in VA provided services; signals cannot be received when transmission modes are inoperable/cut.
Health Checks: 24 hour test timer; notify trouble/supervisory alarms to VA contacts.
Service Requests: Scheduled during normal hours; emergency/after hours supported and billable under Protection Plan exclusions.
B.4 Pricing & Invoicing
Pricing shall match the negotiated price/cost schedule. All invoices will be submitted electronically in accordance with the contract price/cost schedule.
B.5 Limitations & Exclusions
Network/Communication: Contractor will not have access to the VA network.
Video Performance: Environment, programming, communication/infrastructure, maintenance, and weakest link dictate quality; storage retention varies with VA requirements. Contractor does not monitor video unless specifically contracted.
Cloud Platform: Contractor may use a third party cloud platform; Contractor disclaims liability for data breaches/cyber attacks affecting that platform.
B.6 Limitation of Liability & Insurance
Contractor s total maximum liability is limited per Contractor terms; consequential/incidental damages disclaimed; VA agrees to indemnify Contractor against third party claims relating to equipment/services under this agreement.
B.6 Compliance & Standards
Materials will be NDAA compliant; Contractor maintains UL2050 certification for applicable work.
B.7 Communication & Escalation
The contractor shall have a communication process in place to be contracted in the event of system errors and/or failure. The VA requires the ability to escalate system issues/failures and service issues as required. The contractor shall provide a means to escalate specific issues/failures as required.
PART C SUPPORTING INFORMATION
C.1 Place of Performance: VISN 5 Office
939 Elkridge Landing Road Suite 300
Linthicum Heights, MD 21090
C.2 Period of Performance - The Vendor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Representative (COR). Contract period will be: Base year: June 30, 2026 June 29, 2027 Option year 1: June 30, 2027 June 29, 2028 Option year 2: June 30, 2028 June 29, 2029 Option year 3: June 30, 2029 June 29, 2030 Option year 4: June 30, 2030 June 29, 2031
Additional Links:Home Page