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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Garage Door Maintenance and Repair at American Lake VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and NFPA codes. This opportunity is a total small business set-aside under NAICS code 238290, with a size standard of $22 million, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must RSVP for a mandatory site visit on December 12, 2025, and submit questions by December 29, 2025, with offers due by January 2, 2026; for further inquiries, contact Adam Hill at adam.hill3@va.gov or 360-553-7678.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    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.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 36C25026B0017, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition and replacement of overhead dry fire sprinkler piping and associated components within the underground patient parking garage. The work is critical for ensuring compliance with current fire safety standards and minimizing disruption to the medical center's operations, with construction scheduled to occur outside normal business hours. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and can direct inquiries to Contract Specialist Stacie I. Hill at Stacie.Hill@va.gov or Brian Rosciszewski at brian.rosciszewski@va.gov.
    Z1DA--554-26-105 Replace Damaged Windows at RMRVAMC (Const) (VA-26-00010269)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a project to replace damaged windows and glass doors at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair and replacement of 20 windows and 4 doors, requiring all necessary materials and work to be conducted with minimal disruption to the operational healthcare facility. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a Request for Proposal (RFP) is anticipated to be issued around January 26, 2026. Interested offerors must ensure they are verified and visible in the SBA certification database at the time of proposal submission and contract award; for further inquiries, contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727.