J036--Roseburg Elevator Maintenance & Service Base plus 4, FFP, SDVOSB set aside
ID: 36C26024Q0775Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide elevator maintenance and service for the Roseburg VA Health Care System in Oregon. This procurement involves a firm-fixed price contract for a base year plus four additional years, focusing on preventive maintenance, inspections, emergency callbacks, and repair services to ensure the operational efficiency of various elevators at the facility. The contract, valued at approximately $12.5 million, underscores the importance of maintaining essential healthcare services while supporting veteran-owned businesses. Interested contractors must RSVP for a site visit by August 27, 2024, submit questions by September 7, 2024, and provide quotes by the extended deadline of September 17, 2024, at 5:00 PM PST, with inquiries directed to Contracting Specialist Nick Price at Nicholas.Price@va.gov.

    Point(s) of Contact
    Nick PriceContracting Specialist
    Not listed
    Nicholas.Price@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) 36C26024Q0775 from the Department of Veterans Affairs for elevator maintenance and service at the Roseburg VA Health Care System in Oregon. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a base contract plus four additional years at a firm-fixed price. A site visit is scheduled for September 5, 2024, and interested parties must RSVP by August 27, 2024. The deadline for submitting questions is September 7, 2024, with inquiries required to be made in writing. The document includes essential details such as the contracting office's location, point of contact, and specifics on attachments related to the RFQ. This notice demonstrates the federal government’s commitment to supporting veteran-owned businesses while ensuring the procurement of essential maintenance services for healthcare facilities. The RFQ aims to facilitate a transparent bidding process while providing necessary information for compliance and participation by eligible contractors.
    This document is an amendment to a solicitation for the 653 Elevator Maintenance and Service project at the VA Roseburg Health Care in Roseburg, Oregon. Issued by Network Contracting Office 20, the amendment includes several key components: it addresses inquiries from bidders, extends the quote submission deadline to September 17, 2024, at 5:00 PM PST, and confirms that all prior terms and conditions remain unchanged. The document outlines the necessity for bidders to acknowledge the amendment in their submissions to avoid rejection. The main focus is to provide clarity to all offerors regarding modifications to the procurement process, ensuring transparency and adherence to established timelines and requirements. This amendment underscores the federal government's systematic approach to contractor engagement within the RFP framework, reinforcing compliance and communication.
    The document outlines the specifications and conditions related to the maintenance and service of elevators under a federal contract. Key points include the availability of service logs to the awarded contractor, updates to the contract that now require annual and five-year full load tests, and details of equipment failures during the previous contract, such as the replacement of control boards and VFD cards. The document addresses potential errors in contract dates and specifies that the awarded contractor will be responsible for maintenance and repairs following the statement of work (SOW), ensuring elevators are operational upon acceptance. Additionally, it provides a summary of the number of stops for each building's elevators, emphasizing their operational statuses. Overall, the file serves as a reference for potential vendors regarding service expectations and elevator conditions, ensuring transparency and accountability in the RFP process.
    The document outlines a solicitation for an elevator maintenance services contract for the Roseburg VA Healthcare System. The primary purpose is to establish an annual maintenance service for various elevators at the facility, covering the base year from September 1, 2024, to August 31, 2025, with four optional years following. This contract is designated as a 100% set-aside for service-disabled veteran-owned small businesses (SDVOSB). Key components include detailed specifications for preventive maintenance, inspections, emergency callbacks, and repair services, adhering to the original manufacturer's quality standards and industry regulations. Contractors are required to have certified technicians to perform services and maintain maintenance logs. Financial details include a total award amount of $12.5 million with a net payment term of 30 days. The solicitation outlines important dates, including the bid submission date and requirements for site visits, ensuring transparency in the bidding process. Overall, the document highlights the government’s commitment to compliance, quality service delivery, and supporting small businesses while maintaining essential facility operations at the VA Medical Center.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J036--Amendment #2: Answer Additional Question
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator preventative maintenance and inspections at the Chillicothe VA Medical Center in Ohio. The procurement aims to ensure compliance with safety standards and maintain operational efficiency of the facility's elevator systems, which is critical for the movement of patients and staff. The total contract value is $275,085.55, covering a base year and four additional option years, with responses due by September 19, 2024, at 15:00 Eastern Time. Interested parties can contact Contract Specialist Margaret K. Swetel at Margaret.Swetel@va.gov for further information.
    Roseburg VAHCS LYNX Duress and Mass Notification System Software Support Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a software support agreement for the LYNX Duress and Mass Notification System at the Roseburg VA Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to ensure the continued functionality and safety of critical emergency response systems used to protect VA patients and staff. The contract will cover a base period from October 1, 2024, through September 30, 2025, with four optional extension years, and is estimated at a total award amount of $34 million. Interested parties should contact Christine Thomas at christine.thomas1@va.gov, with the anticipated issuance of the Request for Quote on September 17, 2024, and an award decision expected in the last week of September.
    H212--Fire Alarm Inspection, Testing, Maintenance, & Monitoring Base Plus 4 // 653 Roseburg //
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide fire alarm inspection, testing, maintenance, and monitoring services at the Roseburg VA Medical Center in Oregon. The contract, which is set to commence on October 22, 2024, and run through October 21, 2025, includes options for two additional years and emphasizes the need for compliance with NFPA guidelines, emergency response capabilities, and continuous monitoring of the fire alarm system. This procurement is crucial for ensuring the safety and security of the facility, which serves both staff and patients, with a maximum contract value of $25 million. Interested parties, particularly those registered as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Specialist Tyrone Whalen at Tyrone.Whalen@va.gov for further details.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract, identified as solicitation number 36C26024Q0934, requires comprehensive inspections of smoke, heat, and duct smoke detectors in compliance with National Fire Protection Association (NFPA) standards, ensuring the safety and operational integrity of the facility's fire safety systems. This initiative underscores the VA's commitment to maintaining high safety standards in healthcare environments while promoting engagement with Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The total award amount for this contract is $41.5 million, with quotes due by September 23, 2024, and inquiries accepted until September 13, 2024; interested parties should contact Brian Millington at brian.millington@va.gov for further information.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the inspection, cleaning, and testing of fire safety systems, specifically dampers and detectors, at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project aims to ensure compliance with National Fire Protection Association (NFPA) standards and involves a comprehensive inventory of fire/smoke dampers and detectors across multiple buildings, with a focus on maintaining safety and regulatory compliance. The total estimated award amount for this contract is $41.5 million, with a submission deadline for quotes set for September 23, 2024. Interested parties can reach out to Brian Millington at brian.millington@va.gov for further inquiries regarding the solicitation.
    Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for ensuring the safe and continuous operation of various types of VTE, including elevators and lifts, by providing all necessary personnel, equipment, and supervision in compliance with established safety standards and regulations. This procurement is critical as these services are designated as a Mission Essential Function, underscoring their importance for operational efficiency at military installations. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    6515--Patient Ceiling Lifts - Bedford VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of patient ceiling lifts for the Bedford VA Medical Center, specifically under solicitation number 36C24124Q0564. The project requires the installation of ceiling lifts that operate on a continuous track within individual rooms, supporting a minimum weight capacity of 600 pounds, and includes provisions for staff training and compliance with health standards. This procurement is crucial for enhancing patient care facilities and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with responses due by September 23, 2024, at 12:00 PM Eastern Time. Interested vendors can direct inquiries to Contract Specialist Kurt Fritz at kurt.fritz@va.gov or by phone at 203-932-5711.
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Wheelchair Van Services for the Richmond VA Medical Center (VAMC) to support the transportation needs of wheelchair-bound veterans. The contract, valued at $19 million, will span from October 1, 2024, to September 30, 2025, and is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative aims to provide reliable, 24/7 transportation services while ensuring compliance with safety and operational standards, including vehicle inspections and trained drivers. Interested contractors should contact Contract Specialist Cleveland Wynne at cleveland.wynne@va.gov for further details and to ensure adherence to all regulatory requirements.
    Z1DA--578-15-001 Install Patient Lifts Multiple Locations (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a firm-fixed-price federal contract, titled Z1DA--578-15-001, to procure and install patient lifts across multiple locations at the Edward Hines Jr. VA Hospital in Illinois. With a project value between $2 million and $5 million, the contract aims to enhance patient safety and improve healthcare operations by adding ceiling-mounted lifts in various wards. The project's complexity lies in its coordination with an active medical environment, requiring careful scheduling and adherence to strict infection control protocols. The VA seeks bids from experienced Service-Disabled Veteran-Owned Small Businesses, emphasizing safety and timely project completion. The bid deadline is 07/09/2024, with a projected contract start date within 470 days of award notification. This summary encapsulates the key details of the opportunity, providing a concise overview for potential bidders. Let me know if you would like any specific information regarding the files associated with this opportunity.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Dental Water Testing Services for the Roseburg VA Medical Center in Oregon. The contract will be awarded under a Firm Fixed Price model, covering an initial period of one year with four optional one-year extensions, and is exclusively set aside for small businesses under NAICS code 541380, which pertains to Testing Laboratories and Services. This procurement is crucial for ensuring the safety and compliance of dental water systems within the facility. Interested vendors should prepare for the anticipated solicitation release on or around September 11, 2024, with responses due by September 20, 2024, at 3 PM Pacific Time. For further inquiries, vendors can contact Contract Specialist Craig Brown at craig.brown7@va.gov or 360-696-4061 EXT 31504.