5680--NEW NRM - Install Glass Doors at Patient Rooms at Medical Surgical Intensive Care Unit
ID: 36C26125R0093Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the installation of glass doors at patient rooms in the Medical Surgical Intensive Care Unit (MSICU) at the Palo Alto Health Care System. The project involves replacing five existing doors and installing nine new manual glass doors, with a focus on enhancing patient privacy, reducing noise, and improving infection control. This procurement is critical for maintaining operational efficiency within the medical facility while adhering to strict safety and construction standards. The estimated project value is between $1,000,000 and $2,000,000, with a performance period of 420 calendar days post-notice to proceed. Interested contractors must submit their proposals by November 3, 2025, and can direct inquiries to Contract Specialist Jose A. Hernandez at jose.hernandez1@va.gov.

    Point(s) of Contact
    Jose A HernandezContract Specialist
    Jose.Hernandez1@va.gov
    Files
    Title
    Posted
    Amendment 0001 to solicitation 36C26125R0093, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 21, extends the deadline for offers. The new receipt of offers date is November 17, 2025, at 10:00 AM PST. This amendment's primary purpose is to provide additional time for offerors to respond. The Department of Veterans Affairs is currently preparing answers to Requests for Information (RFIs), which will be released in a subsequent amendment. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
    This amendment to Solicitation 36C26125R0093 extends the offer receipt deadline to November 24, 2025, at 10:00 AM PST. The document addresses multiple Requests for Information (RFIs) concerning the installation of glass doors at patient rooms in the MSICU at a Department of Veterans Affairs facility. Key clarifications include confirming a 420-day period of performance, specifying manual doors with strikes and locks (not automated), and requiring the contractor to handle all wall/surface repairs and exhaust barriers out of the building. The VA will not waive the California contractor's license requirement. The highest level of ICRA (Level 4) is mandated, and a Land Surveyor is not required. The contractor is responsible for disposing of old doors. The VA has also provided "Attachment 1-Project Location" drawings and the "Stanley Pro Care 8300BP" document.
    This presolicitation notice, number 36C26125R0093, announces an upcoming opportunity for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) to install glass doors in patient rooms at the Medical Surgical Intensive Care Unit. The project, identified by NAICS code 236220 and product service code 5680, will take place in Palo Alto, CA. Responses are due by October 6, 2025, at 10:00 am PACIFIC TIME. The Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), is the contracting office, with Jose Hernandez as the point of contact.
    This Task Order Proposal Request (TOPR) from Network Contracting Office 21 (NCO 21) seeks proposals from pre-selected contractors holding a VISN 21 Multiple-Award Construction Contract (MACC) Group 2. The project, "Install Glass Doors" at the VA Palo Alto Health Care System, aims to enhance patient privacy, reduce noise, and improve infection control in the Medical Surgical Intensive Care Unit (MSICU) by replacing 5 existing doors and installing 9 new glass doors. The project is valued between $1,000,000 and $2,000,000, is a 100% SDVOSB set-aside, and has a 540-calendar day performance period. A mandatory site visit is scheduled for October 16, 2025, RFIs are due by October 20, 2025, and proposals are due by November 3, 2025. Strict adherence to safety, infection control, and VA construction standards is required.
    The provided document outlines a site plan concerning Fisher House 1 and Fisher House 2, both situated within Building 100. The plan details the locations within Building 100, specifically noting the 3rd Level for one of the Fisher Houses. An exclusion is mentioned for 'F3-331A'. This document appears to be an architectural or facilities management excerpt, likely part of a larger government file such as an RFP or grant application, focusing on facility layout and space allocation within a government or federally supported building complex.
    The document outlines the Interim Life Safety Measures (ILSM) Evaluation Sheet for the project "Install Glass Doors at Patient Rooms at Medical Surgical Intensive Care Unit (MSICU) at MSICU Bldg. 100," project number 640-26-110, with a start date of 12/31/2025. It identifies potential life safety deficiencies resulting from construction, such as patient room door latching problems, lack of smoke barriers, and improper fire exit discharge. The evaluation determines the necessity of ILSMs, including additional firefighting equipment, staff training, and temporary fire protection systems. Appendices detail a Fire Watch Decision Grid, Contracting Officer's Representative (COR) responsibilities for implementing life safety measures, a daily ILSM inspection form, and a public notice of initiated ILSMs. The COR, Dominic Ramos, is responsible for daily inspections, ensuring unobstructed egress and emergency access, proper functioning of fire systems, and adherence to safety protocols during construction.
    This document is a Request for Information (RFI) form for project number 36C26125R0059, titled "Install Glass Doors at Patient Rooms at Medical Surgical Intensive Care Unit (MSICU) at Building 100 at Palo Alto Division (PAD)." The RFI form is designed for contractors to submit questions regarding the project. It includes fields for contractor information, RFI number, project name, date requested, and a description of the problem or information being requested. It also provides a section for the VA Project Manager’s response, including a VA tracking number, amendment number, and the VA Project Engineer/Manager's name and date. The RFI should be sent to jose.hernandez1@va.gov. This RFI is a critical component of the procurement process, facilitating clear communication and ensuring all parties have the necessary information for the successful execution of the project.
    The government file outlines the "Install Glass Doors at Patient Rooms at Medical Surgical Intensive Care Unit (MSICU) at Building 100 at Palo Alto Division" project (Project Number 640AO-25-100), dated May 6, 2025. This project involves replacing five and installing nine new patient room doors at the MSICU. The document details general requirements for contractors, including safety, security, and environmental controls. Key aspects cover site preparation, demolition, material handling, utility management, and adherence to VA and OSHA standards. Contractors must develop a Critical Path Method (CPM) schedule, provide a warranty management plan, and comply with strict security and historical preservation protocols. The project emphasizes maintaining continuous Medical Center operations during construction and ensuring proper disposal of materials. The comprehensive requirements aim to ensure the project's timely, safe, and high-quality execution.
    The Pro-Care™ 8300BP Manual ICU Door system, developed by Stanley Access Technologies, is designed for hospital environments, specifically intensive care units. This manual sliding door system offers features like a bi-part configuration, smoke and draft ratings, and breakaway panels for easy patient and equipment egress. The document details specifications such as typical height and width, glazing options, finishes, and hardware choices. It also outlines operational procedures, daily safety checks, cleaning instructions, and troubleshooting tips. Stanley Access Technologies emphasizes the importance of daily inspections and routine maintenance to ensure compliance with industry standards like ANSI/BHMA A156.10, UL325, NFPA 101, NFPA 105, and UL 1784, offering 24/7 customer support and service.
    The provided document, a Divisional Cost Break-Out for CLIN 0001, outlines the financial structure for a project involving the installation of glass doors at patient rooms within a Medical Surgical Intensive Care Unit. This document is a critical component of a government Request for Proposal (RFP), detailing the required cost categories for bidding. Key divisions include General Requirements, Demolition, and ICU Sliding Glass Doors, with additional lines for other applicable divisions. The breakdown also accounts for sub-total costs, bonds & insurance, overhead, and profit, culminating in the total project bid amount. This structure ensures a comprehensive and transparent financial proposal, typical of federal, state, or local government RFPs.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) outlines requirements for offerors regarding subcontracting percentages when awarded a VA contract. Offerors must certify they will comply with specific limitations: 50% for services (excluding certain direct costs), 85% for general construction (excluding material costs), and 75% for special trade construction. These percentages represent the maximum amount that can be paid to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document specifies that any further subcontracting by a similarly situated SDVOSB/VOSB subcontractor will count towards these limits. Offerors acknowledge the legal implications of false certifications, including criminal and civil penalties. The VA reserves the right to request documentation to verify compliance and may impose penalties, including debarment or fines, for non-compliance or bad faith. Failure to provide the required certification with an offer will result in its ineligibility for evaluation and award.
    This government file, General Decision Number CA20250018, outlines prevailing wage rates and fringe benefits for various construction types—Building, Heavy, and Highway—across 17 counties in California, effective September 26, 2025. It supersedes General Decision Number CA20240018. The document specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed). It details wage rates for trades like Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Divers, Electricians, Elevator Mechanics, Power Equipment Operators (including dredging, landscape, tunnel, and underground work), and Ironworkers, often categorizing rates by specific counties or geographic areas within California. The document also includes premium pay details for certain hazardous or specialized work conditions and locations, along with modification history and footnotes on specific work scopes and holiday schedules.
    Similar Opportunities
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Health Care System. This project requires comprehensive construction services, including the removal of existing damaged flooring, addressing potential mold issues, repairing a water bottle refill station, and installing a new maple wood gymnasium flooring system. The new flooring will provide a safe and durable surface suitable for athletic and community use, emphasizing the importance of maintaining high standards in facility management for veteran services. Interested contractors must submit their proposals by December 22, 2025, following a mandatory site visit on November 26, 2025, with an estimated project cost between $500,000 and $1,000,000. For inquiries, contact Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.