J012-- Facilities Maintenance | Fire Door/Extinguisher Inspection/Maint (VA-25-00015129)
ID: 36C24425Q0254Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Building Inspection Services (541350)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for facilities maintenance services, specifically focusing on fire door inspection and maintenance at the Pittsburgh VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), to ensure compliance with safety standards and regulations as outlined in the Statement of Work. This initiative is crucial for maintaining the safety and operational integrity of fire-rated doors within the medical facility, thereby safeguarding the welfare of its occupants. Interested contractors must submit their quotations by January 29, 2025, with all proposals directed to Contract Specialist Andrew Chmielewski at andrew.chmielewski@va.gov.

Point(s) of Contact
Andrew D ChmielewskiContract Specialist
(412) 860-7204
andrew.chmielewski@va.gov
Files
Title
Posted
Jan 24, 2025, 3:04 PM UTC
The document outlines a Request for Quote (RFQ) from the Department of Veterans Affairs for facilities maintenance services, specifically targeting fire door and extinguisher inspection and maintenance at the Pittsburgh VA Medical Center. The solicitation number is 36C24425Q0254, with a response deadline of January 24, 2025. This project seeks to award a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a duration of five years, valued under NAICS code 541350, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors are required to meet industry standards, provide necessary staffing, and comply with federal, state, and local regulations. To submit a quotation, contractors must register in the System for Award Management (SAM) and demonstrate their capability as outlined in the attached Statement of Work. Evaluation will focus on price, technical capability, and past performance. Compliance with limitations on subcontracting is mandatory, and details, including a pricing schedule and performance references, must be included in the submission. This RFQ reflects the government's commitment to provide essential maintenance services while supporting veteran-owned enterprises.
Jan 24, 2025, 3:04 PM UTC
The document outlines amendments to a solicitation issued by the Department of Veterans Affairs (VA) concerning a contract related to special trade construction services. The primary update involves changing the NAICS code from 561790 to 238990 and revising the VAAR 852.219-75 clause to reflect limitations on subcontracting, specifically for specialty trade construction. The document emphasizes that contractors must not pay more than 75% of the government contract value to firms that are not Veteran-Initiated Purchase (VIP) listed Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB). Affected contractors are reminded to submit signed copies of the amendment along with their offers. The document stresses compliance with subcontracting limitations, outlining potential penalties for non-compliance, including criminal, civil, or administrative actions. This amendment reflects the VA's commitment to supporting small businesses owned by veterans in federal contracting processes while ensuring accountability within the procurement structure.
Jan 24, 2025, 3:04 PM UTC
The document is an amendment to a previously issued solicitation by the Department of Veterans Affairs regarding the inspection of fire doors. It extends the deadline for submitting proposals from January 24, 2025, to January 29, 2025, at 14:00 EST. The amendment also addresses several questions from potential bidders concerning contract details, including the correct number of doors for inspection and clarification on the scope of work related to maintenance and repairs. The amendment confirms that fire doors, rather than fire extinguishers, are the focus, and emphasizes that all proposal submissions must include signed copies of the current amendments to avoid rejection. Key clarifications regarding labor rates, maintenance, and reporting procedures are also provided to assist contractors in understanding the contractual obligations. The document highlights the importance of compliance with VAAR guidelines and ensures transparency in the bidding process, reinforcing the commitment to maintaining safety standards through proper inspection and maintenance arrangements.
Jan 24, 2025, 3:04 PM UTC
The VA Pittsburgh Health System requires annual inspection and maintenance services for fire and smoke rated doors at two campus locations. The contractor is expected to follow the National Fire Protection Association (NFPA) standards, specifically NFPA 101, NFPA 80, and NFPA 105. Inspections will determine the compliance status of fire door assemblies, ensuring they meet safety criteria including operational efficacy, structural integrity, and absence of modifications that void their ratings. The contractor must submit a detailed report within 10 business days, including findings on compliant and non-compliant doors, quantified by building and floor. A multi-point inspection checklist will be utilized, covering various components of the door systems. The contract also stipulates safety, security, and privacy adherence, requiring contractors to comply with OSHA and other regulatory standards. Additionally, the contractor must provide documentation of tuberculosis and influenza vaccinations for all personnel before working on site. This initiative underscores the VA's commitment to maintaining safety standards in healthcare facilities through proper door compliance and inspection protocols, ensuring the welfare of occupants and adherence to legal requirements.
Jan 24, 2025, 3:04 PM UTC
The document is a Past/Present Performance Questionnaire related to Solicitation Number 36C24425Q0254 for Fire Door Inspection and Maintenance by the federal government. It requires contractors to provide identifying information, assessment narratives, and ratings on service quality, timeliness of performance, and business relations. Evaluators are asked to describe the contractor's service quality, adherence to contract terms, responsiveness, and ability to maintain effective working relationships. Each category includes a narrative and an adjectival rating ranging from "Excellent" to "Unsatisfactory." The questionnaire aims to collect structured feedback on contractors' performance, identify strengths and weaknesses, and determine if the contractor would be awarded again. This evaluation process is crucial for maintaining standards and accountability in government contracting, ensuring that federal and local agencies procure high-quality services effectively.
Jan 24, 2025, 3:04 PM UTC
The document outlines the terms of a five-year Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for maintenance services related to smoke and fire door assemblies at the University Drive and HJ Heinz facilities, managed by the Pittsburgh VA Medical Center. The contract stipulates minimum and maximum financial thresholds of $2,000 and $5,000,000, respectively, with specific service quantities estimated per task order and funding contingent on availability. The pricing structure includes detailed estimates of hours for regular time, overtime, and holiday/weekend/night work for two Contract Line Item Numbers (CLINs), X003 and X004. Vendors will use provided hourly rates to calculate a total price for evaluation, although actual hours may vary in practice. Various items and services are listed, including annual inspections and maintenance tasks, with defined periods of performance (POP) set for each task, ranging from 2025 to 2030. The principal NAICS code indicated is 541350, which corresponds to Building Inspection Services. The document serves as a solicitation for vendors to submit bids for the specified services, making it essential for compliance and regulation within governmental contract frameworks.
Jan 24, 2025, 3:04 PM UTC
The document is the Register of Wage Determinations governed by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4235, revised on May 6, 2024. It outlines minimum wage requirements for contractors in Pennsylvania, detailing rates that must be paid to workers based on different occupations. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, and for earlier contracts, it is $12.90. The determination contains occupation codes, job titles, and corresponding wage rates, including fringe benefits such as health and welfare provisions, vacation, and paid sick leave. It specifies benefits for all jobs listed and compliance requirements for contractors regarding additional classifications and wage rates. The document serves as a critical reference for federal contracts, ensuring workers are compensated fairly, complying with federal regulations concerning wages, sick leave, and benefits—essential for maintaining labor standards in government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FIRE SUPPRESSION TESTING
Buyer not available
The Department of Veterans Affairs is seeking proposals for fire suppression testing services at the W.G. (Bill) Hefner VA Medical Center in Salisbury, NC. The contract, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requires comprehensive inspection, maintenance, and testing of various fire suppression systems, including wet and dry pipe fire sprinkler systems, kitchen hood suppression systems, and fire extinguishers, adhering to National Fire Protection Association (NFPA) standards. This initiative is crucial for ensuring the safety and regulatory compliance of the facility, with proposals due by April 4, 2025, and the contract period spanning from June 1, 2025, to May 31, 2026, with options for four additional years. Interested contractors should direct inquiries to Maurice R. Anderson at maurice.anderson1@va.gov.
Z1DA--Fire and Storage Room Doors
Buyer not available
The Department of Veterans Affairs is seeking bids for the replacement and upgrade of fire and storage room doors at the Charles George VA Medical Center in Asheville, North Carolina. This project, designated as solicitation number 36C24625B0009, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget between $500,000 and $1,000,000. The contractor will be responsible for providing all necessary materials, labor, and equipment, ensuring compliance with federal, state, and local regulations, and adhering to safety and quality standards throughout the construction process. Interested bidders must submit their proposals electronically by April 3, 2025, and can direct inquiries to Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov.
506-22-207 Facilities Maintenance Upgrades
Buyer not available
The Department of Veterans Affairs is announcing a presolicitation for the "Facilities Maintenance Upgrades" project (506-22-207) at the Ann Arbor VA Medical Center in Michigan. This project involves the replacement and renovation of doors and flooring within the Surgical Suite of Building 1E, ensuring compliance with all relevant specifications and standards. The work is crucial for maintaining the operational integrity of the facility and will be conducted under a Firm Fixed Price Contract, with the contract expected to be awarded within 120 days following the bid opening. This procurement is exclusively reserved for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) registered in the Veteran Small Business Certification (VetCert). Interested parties should monitor the Contract Opportunities website for the solicitation and direct any inquiries to Contract Specialist Christina Shockey at christina.shockey@va.gov.
J059--Automatic Door Maintenance 06/01/2025 Base+4 - Roman follow on to 36C250-20-C0132
Buyer not available
The Department of Veterans Affairs is seeking qualified sources for a five-year contract to provide on-site full maintenance of government-owned Automatic Doors and Roll-Up Doors at the Louis Stokes Cleveland VA Medical Center in Ohio. The contract will cover a base year from June 1, 2025, to May 31, 2026, with four additional option years, and is valued at approximately $34 million. This maintenance service is crucial for ensuring operational efficiency and safety at critical access points within the medical facility, which includes quarterly preventative inspections and timely repairs of 424 automatic doors. Interested parties must respond to the sources sought synopsis by submitting a capability statement and customer references to Contract Specialist Roman Savino at roman.savino@va.gov by 12:00 PM on February 27, 2025, while also ensuring compliance with federal wage regulations as outlined in the associated wage determination document.
5520--640-25-2-5046-0064 | 36C261-25-AP-2633 | soft suicide prevention swing doors | INPT | Bldg. 520 Mental Health
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to supply and install soft suicide prevention swing doors for the inpatient Mental Health unit at the VA Palo Alto Health Care System. The procurement aims to acquire ligature-resistant doors that ensure patient privacy and safety, constructed from durable, water-resistant materials that comply with the 2012 Life Safety Code. This initiative is crucial for enhancing patient care standards and preventing self-harm within the facility. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their responses by April 25, 2025, including detailed company information and capability statements to the Contract Specialist, Edwin Rivera, at edwin.rivera@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
J042--Fire Extinguisher Maintenance
Buyer not available
The Department of Veterans Affairs is soliciting quotes for fire extinguisher maintenance services at the WJB Dorn VA Medical Center in Columbia, South Carolina, under solicitation number 36C24725Q0480. The procurement requires annual inspections and maintenance testing for various fire extinguishers, ensuring compliance with National Fire Protection Association (NFPA) standards, and must be performed during business hours, excluding government holidays. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizes the importance of maintaining safety standards within VA facilities and includes a base year with four optional one-year extensions. Interested parties must direct inquiries to the Contracting Officer, Quentin Deloney, at Quentin.Deloney@va.gov, with all questions submitted by April 2, 2025, at 12:00 PM ET.
Z1DA--NRM-CONST 528A7-18-740 REPLACE 7C PATIENT DOORS AND SINKS
Buyer not available
The Department of Veterans Affairs is soliciting bids for a construction project to replace patient room doors and sinks at the Syracuse VA Medical Center, designated as Project No. 528A7-18-740. This project involves significant renovations, including the installation of new anti-ligature doors and sinks, while adhering to strict safety and health regulations to ensure minimal disruption to medical services. The contract is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget range between $250,000 and $500,000, and requires contractors to begin work within a specified timeframe and complete it within 210 days. Interested bidders must attend a site visit on March 25, 2025, and submit their offers electronically by the deadline, ensuring compliance with federal regulations, including the Buy American Act. For further inquiries, contact Sandra L. Fisher at sandra.fisher3@va.gov.
Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the flat roof and remediation of mold and water damage in Building 3 Stair Tower at the Coatesville Veterans Affairs Medical Center (CVAMC) in Pennsylvania. The project requires comprehensive work, including the installation of roof insulation, mold abatement, and restoration of affected interior spaces, all while adhering to strict OSHA and VA safety regulations. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a completion timeline of 45 days following the Notice to Proceed. Interested contractors must ensure their registrations are current on relevant government websites and are encouraged to download solicitation documents available on or about April 3, 2025, with a pre-bid site visit scheduled for around April 10, 2025. For further inquiries, contact Lamar Thomas at lamar.thomas2@va.gov or call 667-392-1344.
Replace Loading Dock roll Up Door and Install screens at Greater Los Angeles VA Healthcare System
Buyer not available
The Department of Veterans Affairs is soliciting bids for a firm fixed price contract to replace a loading dock roll-up door and install security screens at the Greater Los Angeles VA Healthcare System. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the security and functionality of the facility, requiring the contractor to provide all necessary materials, labor, and tools while adhering to safety regulations and standards. Proposals must be submitted by April 7, 2025, with a performance period of 180 days from contract award, and interested parties can contact Kyle Cipra at kyle.cipra@va.gov for further information.