Z2AA--Automatic Door Maintenance Services
ID: 36C26125Q0003Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Automatic Door Maintenance Services under solicitation number 36C26125Q0003. The procurement includes a base contract period from December 6, 2024, to December 5, 2025, with options for four additional one-year periods, focusing on the maintenance of automatic doors across various facilities, as detailed in an accompanying inventory list. This service is crucial for ensuring operational efficiency and compliance with safety standards in federal buildings. Interested vendors should contact Purchasing Agent Olivia Duarte at Olivia.Duarte@va.gov for further details, with a total estimated funding of $120,000 for additional authorized services per year.

    Point(s) of Contact
    Olivia DuarteContract Specialist
    (559) 228-5382
    olivia.duarte@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking proposals for Automatic Door Maintenance Services for the VA Palo Alto Health Care System in Palo Alto, California. The presolicitation notice indicates that interested bidders should carefully review the forthcoming solicitation documents and can request further information if needed. The expected release date for the solicitation is around October 18, 2024, with a tentative deadline for quotes set for November 1, 2024, at 12:00 PM Pacific Standard Time. This contract is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) opportunity and falls under the Product Service Code Z2AA and NAICS Code 238990. The primary contact for this solicitation is Contract Specialist Olivia Duarte, who can be reached via email. The notice underscores the VA's commitment to maintaining their facilities in alignment with veterans' needs and ensures the availability of high-quality services.
    The document is an amendment to a solicitation or contract associated with the Department of Veterans Affairs, identified by the number 36C26125Q0003, and dated October 23, 2024. The primary purpose of this amendment is to specify a fixed dollar amount of $120,000.00 for certain contract line item numbers (CLINS 0002, 1002, 2002, 3002, and 4002), which must be reflected in submitted quotations. The amendment underscores the necessity for bidders to acknowledge receipt of this change and provides methods for doing so, ensuring that offers are adjusted accordingly before the deadline designated in the original solicitation. Additionally, it highlights the importance of these modifications without altering the fundamental terms and conditions of the original contract order, keeping the document's integrity and compliance intact. The presence of a reference to an attached document suggests further clarification and required adjustments related to the quote submissions. This amendment exemplifies procedural protocols within federal contracting, reinforcing the need for transparency and accuracy in financial proposals.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines mandated minimum wage rates for various occupations in California's Alameda and Contra Costa counties for contracts awarded or renewed post-January 30, 2022. The minimum wage is set at $17.20 per hour, increasing annually, unless a higher rate is specified in the determination. The document specifies various occupational classifications, detailing corresponding wage rates and required fringe benefits, such as health and welfare payments, vacation, and holiday pay. It highlights that workers must also be provided with sick leave under Executive Order 13706, affecting contractors from 2017 onward. Additional guidance is provided for conforming classifications not explicitly listed in the determination, ensuring compliance with regulatory requirements. The context of this document is significant within government RFPs and grants, ensuring fair compensation for service employees working on federally contracted projects, thereby reflecting the government's commitment to worker rights and protections.
    The document provides a comprehensive inventory of automatic doors across multiple campuses, detailing the make, model, and locations of the doors within various buildings. It lists each door's type, such as single or double swing, sliding, or bi-part, along with notes on their operational status, including whether they are shut down, locked, or functioning. The inventory includes specific room references to aid in identifying each door's location and notes instances of construction affecting access. This cataloging effort indicates a systematic approach to facility maintenance and upgrades, likely necessary for compliance with safety standards and accessibility regulations. The thorough detailing of door types and conditions is essential for planning future maintenance, renovations, or replacements, ensuring the safety and operational efficiency of the facilities. The inventory could serve as a valuable resource for government RFPs or grants focused on building improvements and accessibility enhancements within the public sector.
    The document presents a Past Performance Survey for evaluating a company's qualifications for a contract with the Department of Veterans Affairs (VA). Each offeror is required to include a separate survey completed by references alongside their quote. The survey seeks detailed feedback on the company's past contracts, including total contract value, performance dates, and contract numbers. Evaluators are asked to rate the overall quality of the company's work on a scale from Excellent to Unacceptable and provide comments regarding any performance issues encountered during the contract period, including how they were addressed. The confidentiality of the evaluators’ information is assured. This survey is essential to assess the company's reliability and capability to fulfill VA contract requirements, ensuring informed decision-making in the procurement process while supporting transparency in vendor performance evaluation.
    The document outlines a request for proposal (RFP) related to Automatic Door Maintenance Services for a federal contract, specifying various service and pricing items across multiple contract options with an initial base period from December 6, 2024, to December 5, 2025. It includes a total of four service options, each spanning one year with an additional service component that requires prior authorization from the Contracting Officer's Representative (COR) before execution. Each option includes the provision of 12 months of Automatic Door Maintenance as per an inventory list, alongside a set fee of $120,000 for additional authorized services. The identified North American Industry Classification System (NAICS) code is 238990, which encompasses all other specialty trade contractors, while the product/service code is Z2AA for repair or alteration of office buildings. This RFP emphasizes a structured service approach to maintain automatic doors, crucial for operational efficiency in federal facilities. The document's layout effectively categorizes the contract items into distinct components for clarity in pricing and service periods.
    This document, issued by the U.S. Department of Labor, outlines wage determinations under the Service Contract Act for various occupations in California's San Francisco and San Mateo counties. It specifies that contracts effective on or after January 30, 2022, must pay a minimum wage of at least $17.20 per hour, while older contracts not renewed after this date must pay at least $12.90 per hour. It lists specific occupation codes, titles, hourly rates, and fringe benefits required for employees in those roles. Notably, janitor wages differ based on location—San Mateo versus San Francisco, which requires reference to another wage determination. The document also details health and welfare benefits, paid sick leave compliance (Executive Order 13706), and outlines procedures for handling unlisted job classifications and conformance requests. The overarching purpose is to ensure that federal contractors adhere to established wage standards and worker protections, promoting fair labor practices in government contracts.
    The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Santa Clara County, California. Contractual obligations dictate that workers be paid at least the minimum wage established by Executive Orders 14026 or 13658, depending on the contract start date. In 2024, contractors must pay at least $17.20 per hour for contracts starting after January 30, 2022, or at least $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The document includes a comprehensive list of occupations with corresponding wage rates and outlines mandatory fringe benefits, such as health, welfare, vacation, and holidays. Contractors must adhere to sick leave provisions and specifics regarding uniform allowances. It emphasizes compliance with federal standards for contractor labor and the necessity of filing conformity requests for unlisted job classifications. The determination serves to ensure fair labor practices and compensation for workers engaged in federally contracted services, reinforcing governmental policies for worker rights and protections.
    Lifecycle
    Similar Opportunities
    J036--All-Inclusive Automatic Door Maintenance and Repair Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide all-inclusive automatic door maintenance and repair services at the Philadelphia VA Medical Center. The procurement aims to ensure the operational effectiveness of the facility by requiring contractors to manage labor, equipment, and parts necessary for maintenance, while adhering to standards such as ANSI and NFPA. This opportunity is critical for maintaining high operational standards at VA facilities, emphasizing the importance of preventative maintenance inspections and timely repair responses. Interested vendors must submit their capabilities and register in the System for Award Management (SAM) by October 30, 2024, at 12:00 PM Eastern Time, and can contact Contract Specialist Jennifer Beiswenger at jennifer.beiswenger@va.gov for further details.
    Z2EZ--MPLS - SDVOSB Set-aside - Service - Replace Roll-Up Door
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of a malfunctioning roll-up door at the Minneapolis Veterans Affairs Medical Center (VAMC). This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring the necessary repairs are completed. The contract encompasses all labor, materials, and equipment required for the project, with a total value of approximately $22 million, and is scheduled to commence on November 15, 2024, extending through January 14, 2025. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov for further details and to ensure compliance with federal procurement regulations.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Z1DZ--509 Window Replacement project at the Richmond VA Medical Center, specifically for Building 509. The project involves replacing 25 window panels to enhance energy efficiency and comply with infection control protocols, ensuring minimal disruption to healthcare services during construction. This initiative is crucial for maintaining a safe and effective care environment for veterans, emphasizing adherence to federal and VA standards throughout the process. Interested contractors must submit their offers by November 4, 2024, and can direct inquiries to Contract Specialist Donteana R. Gibbs at Donteana.Gibbs@va.gov. The estimated project cost ranges from $25,000 to $100,000, with a completion timeline of 45 calendar days post-award.
    J059--Elevator Maintenance at Salisbury VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for elevator maintenance services at the Salisbury VA Medical Center. The procurement aims to ensure the reliable operation and safety of the elevators, which are critical for patient and staff access throughout the facility. This contract falls under the Facilities Support Services industry, specifically focusing on the maintenance and repair of electrical and electronic equipment components. Interested parties should direct their inquiries to Contracting Officer Byron L Brown at byron.brown4@va.gov, and note that technical questions and proposal due dates have been updated.
    Grease Trap Maintenance, Slaisbury VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for grease trap maintenance services at the W.G. Bill Hefner VA Medical Center in Salisbury, NC. This procurement is set aside exclusively for small businesses and requires regular cleaning, clearing, and repair services in compliance with federal, state, and local regulations. The contract will consist of a base year plus two optional years, with an estimated total value of $16.5 million. Interested contractors must submit their quotes between October 9 and October 28, 2024, and are encouraged to register in the System for Award Management (SAM) to ensure eligibility. For further inquiries, potential bidders can contact Contract Specialist Monique R. Cordero at Monique.Cordero@va.gov.
    J063--Door Guardian System Installations and Upgrades
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for the installation and upgrade of Door Guardian Systems to John Storm Medical Equipment, Inc., an authorized vendor in Arkansas. This procurement will encompass all necessary labor, materials, equipment, and supervision in accordance with the original equipment manufacturer's requirements, specifically related to Secure Care Products equipment. The VA has determined that John Storm Medical Equipment is the only vendor capable of fulfilling these service needs under the authority of FAR 6.302-1 for sole-source contracts. Interested parties with qualifications may express their interest via email to Contract Specialist Linda Gates by October 29, 2024, as no competitive proposals will be accepted.
    Safe Services and Preventative Maintenance at Lebanon VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking service-disabled veteran-owned small businesses (SDVOSBs) to provide safe services and preventative maintenance at the Lebanon VA Medical Center in Pennsylvania. The procurement involves a firm-fixed price contract for locksmith services, which includes a base year and four option years, running from December 1, 2024, to November 30, 2029. This initiative is crucial for maintaining safety and security measures for sensitive materials at veteran facilities, ensuring compliance with federal contracting regulations while promoting opportunities for veteran-owned enterprises. Interested parties must submit detailed quotations by November 1, 2024, at 5 PM Eastern Time, and can contact Ralph Mielnik or Shea Matthews via email for further information.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    ADA Door Openers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation of ADA-compliant low-energy automatic door openers at Building 1003 in Keyport, Washington. The project involves providing and installing new door openers on two sets of double doors at the entrance and lobby, as well as a single door into the lunchroom, with a total estimated contract value between $50,000 and $100,000. This initiative is crucial for enhancing accessibility in compliance with the Americans with Disabilities Act (ADA), reflecting the government's commitment to improving public facility access. Interested small businesses must submit their proposals by the deadline, with the target award date set for December 13, 2024. For inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or Kimberly Hammit at kimberly.s.hammit.civ@us.navy.mil.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as hazardous material remediation, demolition, and installation of new finishes, with strict adherence to safety and infection control measures. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice V Custis at Alice.Custis@va.gov.