Maryland Bids > Bid Detail

N063--Weapons Detection System

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159772015224748
Posted Date: Feb 27, 2024
Due Date: Mar 5, 2024
Source: https://sam.gov/opp/bda81ed1df...
Follow
N063--Weapons Detection System
Active
Contract Opportunity
Notice ID
36C24524Q0317
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2024 05:13 pm EST
  • Original Response Date: Mar 05, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    VA Capitol Health Care Network, VISN 5 Linthicum Heights , MD 21090
    USA
Description
The VA Capitol Health Care Network (VISN 5) is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.
This service will be implemented using the North American Industry Classification System (NAICS) Code 561621.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to tracy.dotson@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than March 5, 2024 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices 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.

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 (including Unique Entity ID (SAM.gov), 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).
Capability statement
GSA Contract number, if applicable, to include NAICS
Brief summary of categories of professional services that your company can provide.
Applicable Certification(s)/Licenses

STATEMENT OF WORK

1. Introduction and Overview
The Veterans Integrated Service Network (VISN 5) wishes to establish a 5-year contract for all VISN 5 medical centers to obtain the Evolve Weapons Detection System. The purchase will be to enhance the facilities security posture by using Artificial Intelligence in order to screen people coming into the building.
1.1 Background
The facility will use the equipment to enhance their security posture, the current system in place currently depends on human interaction which may leave room for error. The Evolv Express is a frictionless, high-throughput walkthrough personnel screener designed to detect concealed firearms and fully configured improvised explosive devices (IEDs) whether on their person or in a carried bag. Visitors are not required to divest any of their personal items or stop and pose in any manner. Evolv Express supports multiple integrated cameras to positively match screening results with visitors and to seamlessly provide information to security operations centers. The Express can screen an average 3600 visitors per hour. This software will provide Police Service the ability to screen high numbers of employees entering the building while mitigating congestions and long queue lines for random searches. It is imperative to the security of the medical center that this screening system be procured and implemented immediately. Without this software and equipment, the potential exists for an insider threat/active shooter-based attack within VISN 5 s medical centers.

1.2 Scope of Work
The EVOLV Weapons detection system will be placed by the entrance in order to screen individuals coming into the building. The mechanism will use an advanced weapon detection system based on AI terhcnology in order to enhance screening of staff, patients and visitors coming into the facility.

1.3 Objectives
The Vendor will provide the following:

EVOLV CWD Motorola Solutions Weapons detection system
EVOLV CWD Motorola Solutions Subscription, within 60 days upon award
Installtion, within 60 days upon award
Training, within 60 days upon award
Provide equipment manual within 60 days of award
Subcription within 60 days of award. The subscription offers the following advantages:
Ongoing use of the Evolv system to screen individuals and bags
Regular software upgrades that may include improvements such as faster processing, additional detection sensitivities, improvements to detection and nuisance alarm rates
Access to 24 x 7 support line to engage Evolv Customer Service team
Service, maintenance, part replacement, periodic system monitoring, troubleshooting, remote and onsite issue resolution and support

Salient Characteristics of the System:
The follow specifications, features and benefits are mandatory for the weapons screening system:
Must be a touchless security screening solution which provides tablets for the security screeners and administrators to interface with the system.
The system must provide real-time visual indicators of the location of threat items to assist security screeners and target the search area(s) whether it is on a person s body or item they are carrying. NOTE: if multiple threats are on a single person or if two people pass through simultaneously the system must provide multiple visual indicators.
The system must be able to provide statistical reports via a web-based application that include the number of people screened, alert counts and classification of alerts was it a threat or benign object for example, was it a gun, knife, pipe-bomb or an umbrella for example.
Reports must be flexible enough and cover time intervals ranging from 5-minutes, through hourly, daily, weekly, or monthly reports if required. Reports should be available for a single entrance through hundreds of entrances at multiple buildings to provide true enterprise report data.
The system must use Artificial Intelligence (AI) and advanced algorithms to differentiate between threats (guns, Improvised Explosives Devices etc.) and non-threat (phones, keys, belt buckles etc.) items so people are not required to divest everyday items when being screened to enter VA facilities.
The system must be tested and approved to integrate directly with the Milestone, or Genetec Video Management System s (VMS) which are the most widely used VMS platforms.
The system must integrate with Mass Notification software such as Titan and other similar software solution platforms.
The system must have an open Application Programming Interface (API) that will allow integration with other VMS platforms which may be found at some VA facilities.
The system must be able to screen up to 4,000 people per hour.
Must be a quick unobtrusive system.
Operate at a minimum -20 Celsius and a max of 55 Celsius
Must be able to support situational awareness cameras that provide front and rear-view capabilities for locations that wish to integrate with a VMS.
The system must have a request assistance or call button that allows messages to be sent to multiple recipients.
Must be ADA compliant.
Must have DHS Safety Act Designation.
The system must be able to operate as a standalone system that does not require connectivity to any other IT network.

Period of Performance 5 Year Contract

Place of Performance
All VISN 5 sites may order from this agreement to include the following:

2
1
VA Maryland Healthcare System
10 N Greene St
Baltimore, MD 21201

Beckley VA Medical Center
200 Veterans Ave
Beckley WV 25801-6444

Louis A. Johnson VA Medical Center
1 Medical Center Drive
Clarksburg WV 26301

Hershel "Woody" Williams VA Medical Center
1540 Spring Valley Drive
Huntington WV 25704

Martinsburg VA Medical Center
510 Butler Avenue
Martinsburg WV 25405

Washington DC VA Medical Center
50 Irving Street, NW
Washington DC 20422


2. Applicable Documents
Unique Characteristics of Evolv CDW Motorola Solutions
VA Weapons Screening Mandatory Features and Benefits
4. Progress/Compliance
The Government requires the following from the vendor in order to monitor progress and ensure compliance:
Weekly Status Report via email
Monthly Progress Report via email

5. Transmittal/Delivery/Accessibility
The contractor shall provide 2 hard copies of each deliverable and one electronic version.

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 27, 2024 05:13 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >