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
Z1DA--Repair Fire Doors - Construction Project #565-25-101
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Repair Fire Doors project (565-25-101) at the Fayetteville VA Medical Center in North Carolina. This project involves the replacement and repair of fire-rated doors across multiple buildings, adhering to strict safety and infection control guidelines, with a focus on ensuring compliance with fire safety regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $25,000 and $100,000, with a completion timeline of 150 days following the notice to proceed. Interested bidders must attend a pre-bid walk-through on April 9, 2025, and submit their proposals by April 30, 2025; for further inquiries, they can contact Contract Specialist Elaine B Belber at Elaine.Belber@va.gov.
N042--Replace and Install Fire Doors - Garland
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement and installation of fire doors at the Garland VA Medical Center in Texas, under solicitation number 36C25725Q0469. The selected contractor will be responsible for providing supervision, labor, and materials, ensuring compliance with fire safety regulations and using asbestos-free materials throughout the project. This initiative is crucial for enhancing safety standards at VA facilities and reflects the agency's commitment to maintaining quality infrastructure for veterans' care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by 10 AM Central Time on May 6, 2025, with a total project budget of $22 million and a service period running from May 10, 2025, to September 30, 2025. For further inquiries, contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or by phone at 254-922-1975.
H399--Roof Inspection and Maintenance in support of the Lebanon VA
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for roof inspection and maintenance services at the Lebanon Veterans Affairs Medical Center (VAMC) in Pennsylvania. The procurement aims to ensure the integrity and safety of the roofing infrastructure across a 200-acre campus, requiring bi-annual inspections, prompt leak responses, and comprehensive reporting, while adhering to federal safety standards and regulations. Interested contractors must submit their quotes by May 8, 2025, at 1:00 PM Eastern Time, and are encouraged to attend a site visit scheduled for April 30, 2025, to better understand the project requirements. For further inquiries, vendors can contact Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.
VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for Emergency Restoration and Disaster Remediation Services for its VISN 5 facilities, which include medical centers and outpatient clinics across Washington, D.C., Maryland, and West Virginia. The contract, structured as a five-year Indefinite Delivery Requirements Contract (IDRC), aims to ensure a safe working environment for patients and staff by providing essential services such as water leak cleanups, mold remediation, and fire damage recovery. This procurement underscores the VA's commitment to maintaining operational integrity and safety within its healthcare facilities. Interested contractors must submit their quotes by May 22, 2025, and can direct inquiries to Robert O'Keefe Jr. at robert.okeefejr@va.gov or by phone at 410-642-2411.
Z1DA--ENTRANCE/SECURITY DOORS AT 10C, 9D, 8C
Buyer not available
The Department of Veterans Affairs is seeking proposals for the furnishing and installation of entrance/security doors at the Samuel S. Stratton VA Medical Center in Albany, NY. This project, set aside exclusively for Service Disabled Veteran-Owned Small Businesses, involves demolition, site preparation, and the installation of specified security features, with a budget ranging from $25,000 to $100,000. The successful contractor will be required to complete the work within a mandatory 30-day period following the notice to proceed, with a site visit scheduled for April 10, 2025, and a bid submission deadline of May 5, 2025. Interested parties can contact Contract Specialist Tony Clemente at tony.clemente@va.gov for further information.
Infusion Unit Glass Walls and Automatic Sliding Doors
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Infusion Unit Glass Walls and Automatic Sliding Doors at the Caribbean VA Healthcare System in San Juan, Puerto Rico. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes requirements for frameless glass sliding doors with fixed glass panels, ensuring compliance with safety standards and enhancing the patient care environment. The project emphasizes the importance of aesthetic appeal and accessibility, reflecting the VA's commitment to improving infrastructure for veterans. Interested contractors should note that a site visit is scheduled for April 24, 2025, with installation completion required by July 2025. For further inquiries, contact Edwin R. Correa at edwin.correa1@va.gov or call 407-646-4145.
Z1DA CLC Alpha Courtyard (CON) |SDVOSB's ONLY
Buyer not available
The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the construction project titled "Altoona VAMC Project 562-25-202 CLC Alpha Courtyard," which involves the replacement of fencing at the Erie VA Medical Center. The project aims to enhance facility safety and functionality by demolishing the existing steel courtyard fence and installing a new 6-foot-high steel fence, along with significant alterations to the storefront and entrance systems, all while adhering to strict VA security and infection control measures. This procurement reflects the VA's commitment to improving its facilities and supporting veteran-owned businesses, with proposals due by April 29, 2025, and a site visit scheduled for April 21, 2025. Interested parties can contact Jeffrey Pruett at jeffrey.pruett@va.gov or (412) 822-3738 for further inquiries.
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. The 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. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on price considerations, with proposals due by May 5, 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 solicitation documents.
Z1DA--646A4-24-402 Building #49 Roof Replacement | NCO 4 Construction West (VA-25-00058066)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the roof on Building 49 at the Pittsburgh VA Healthcare System. The project requires the removal and replacement of approximately 56,500 square feet of roofing material, specifically utilizing 60 mil White TPO, along with compliance to VA standards and relevant codes. This contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a size standard of $45 million in annual receipts over the past three years, and the anticipated construction cost is between $1 million and $5 million. Interested contractors must register with the System for Award Management (SAM) and be verified in the Department of Veterans Affairs’ Center for Veterans Enterprise by the bid submission deadline of May 30, 2025, with a pre-bid conference scheduled for May 07, 2025. For further inquiries, contact Amy Demarest at Amy.Demarest@va.gov or 412-860-7204.
Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 4, is soliciting proposals for a construction project to replace the flat roofs and remediate water damage in Building 3 at the Coatesville VA Medical Center in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure a complete roofing system, as well as addressing mold and mildew issues, and patching and painting affected walls and ceilings. This project, valued between $50,000 and $100,000, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, reflecting the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by the specified deadline, with a site visit scheduled for May 25, 2025, and work expected to commence within ten days of the notice to proceed, to be completed within 45 days. For further inquiries, contact Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov.