H912--238310 | Fire and Smoke Barrier Inspections and Repairs | Lebanon VA Medical Center
ID: 36C24425Q0331Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Drywall and Insulation Contractors (238310)

PSC

OTHER QC/TEST/INSPECT- FIRE CONTROL EQUIPMENT (H912)

Set Aside

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

    The Department of Veterans Affairs is seeking bids for fire and smoke barrier inspections and repairs at the Lebanon VA Medical Center, as outlined in solicitation number 36C24425Q0331. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on ensuring compliance with fire safety standards through regular quarterly inspections and necessary repairs of barrier systems across multiple buildings within the facility. The selected contractor will be responsible for adhering to detailed submission guidelines for quotes, including technical and pricing sections, and must participate in a scheduled site visit to fully understand the scope of work. Interested parties can contact Contract Specialist Eric Christy via email for further information, with the contract emphasizing compliance with wage determinations under the Service Contract Act and the importance of maintaining safety and integrity in fire stoppage measures.

    Point(s) of Contact
    Eric ChristyContract Specialist
    Email Only
    Eric.Christy@va.gov
    Files
    Title
    Posted
    The Lebanon VA Medical Center is seeking bids through a combined synopsis/solicitation for fire and smoke barrier inspections and repairs as specified in solicitation number 36C24425Q0331. The request is set aside for Service-Disabled Veteran-Owned Small Businesses, with a focus on NAICS Code 238310 and Product Service Code H912. This contract entails regular quarterly inspections and necessary repairs of barrier systems across numerous buildings within the facility, emphasizing compliance with specific fire safety standards. The selected contractor is required to conduct these inspections during scheduled months and must follow detailed submission guidelines for quotes, including technical and pricing sections. A site visit is scheduled for potential bidders, emphasizing the importance of thorough understanding and compliance with the scope of work. The contract includes provisions for additional repairs not covered under standard service, clearly outlining submission requirements, evaluation criteria, and obligations for both parties. The overall goal is to ensure the safety and integrity of fire stoppage measures in the medical center, maintaining regulatory compliance and protecting facility operations.
    The document discusses the necessity for federal government entities and state/local organizations to utilize RFPs (Requests for Proposals) and grants effectively. It emphasizes the importance of transparency, competition, and accountability in awarding contracts for various projects. The main focus is on ensuring that all potential vendors can access opportunities that promote fairness in the procurement process. Critical components highlighted include adherence to federal guidelines, evaluation standards for proposals, and fostering partnerships among government bodies and private sector entities. Additionally, it outlines the importance of monitoring and reporting on funded projects to measure outcomes and ensure compliance with stipulated regulations. The document underscores the significance of strategic planning, stakeholder engagement, and resource management for effective implementation of funded initiatives and selected proposals.
    The document is a Past/Present Performance Questionnaire related to the government solicitation for Fire Stop Barrier Repairs and Inspections, identified by solicitation number 36C24425Q0331. It solicits feedback on contractors’ performance, including specific sections for contractor identification, evaluator information, and assessment elements regarding service quality, timeliness, and business relations. Evaluators are asked to provide narrative assessments and adjectival ratings (Excellent, Good, Satisfactory, Marginal, Unsatisfactory) for each element and an overall performance rating. The form requires evaluators to describe strengths and weaknesses, as well as their willingness to award future contracts to the same contractor. This structured approach aims to ensure a thorough evaluation of contractor capabilities, compliance with contractual obligations, and overall effectiveness in meeting project requirements, reflecting the government's emphasis on accountability and quality in contract performance within the context of federal grant and RFP processes.
    The document outlines wage determinations for contractors subject to the Service Contract Act (SCA), issued by the U.S. Department of Labor. It specifies minimum wage rates that must be paid to covered workers based on Executive Orders 14026 and 13658, depending on contract dates and renewals. For contracts starting on or after January 30, 2022, the minimum wage is $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $13.30 per hour. The document lists various occupational titles and their corresponding wage rates in Lebanon County, Pennsylvania, and discusses additional benefits such as health, welfare, vacation, and paid sick leave as mandated by executive orders. It is essential for contractors to comply with specified wage rates and provide health and welfare benefits to employees, with itinerant guidelines for unlisted job classifications. The guidance reinforces the commitment to fair labor practices and ensures employee protections under federal contract laws. Overall, the document serves to inform contractors about their obligations under SCA and related legislation regarding wage determinations and employee rights.
    Lifecycle
    Title
    Type
    Similar Opportunities
    H312--Fire and Smoke Dampers Re-Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the re-inspection of fire and smoke dampers at the C.W. Bill Young Veterans Medical Center (CWBYVAMC) located in Bay Pines, Florida. This procurement, identified by solicitation number 36C24825Q0323, aims to ensure compliance with safety standards and regulatory adherence for fire safety systems, with a contract performance period scheduled from March 15, 2025, to June 1, 2025. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of adhering to federal regulations regarding information security and records management. Interested vendors must submit their proposals by February 27, 2025, at 1:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
    Z1DA--626A4-23-203 - Upgrade Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the upgrade of the fire alarm system at the Alvin C. York VA Medical Center in Murfreesboro, Tennessee, under Project 626A4-23-203. This project aims to enhance safety features through demolition and construction, requiring various technical and trade competencies, and includes a warranty for completed work. The initiative is exclusively open to Service-Disabled Veteran-Owned Small Businesses, with an estimated project cost between $10 million and $20 million, and proposals are expected to be submitted in accordance with Federal Acquisition Regulation Part 15. Interested contractors must be registered in the VetCert database and the System for Award Management (SAM), with the solicitation anticipated to be posted around November 6, 2024. For inquiries, contact Jen Jamieson at jen.jamieson@va.gov or (615) 867-6000 ext 20202.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, to create an 830 square-foot facility that meets VA Physical Security requirements. The contract is estimated to be valued between $1 million and $2 million, with a completion period of 330 calendar days, and proposals for Phase I are due by March 20, 2025, following a site visit on February 20, 2025. Interested contractors should contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.
    Z2DA--512A5-25-003 Repair 23H Fire Damage
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the repair of fire damage at Building 23H of the Perry Point VA Medical Center, following a minor fire incident on October 23, 2024. The project, identified as VA Project No. 512A5-25-003, requires contractors to remove and restore various interior elements, including acoustical ceiling tiles, flooring, drywall, and wall finishes, while ensuring compliance with strict safety and environmental regulations. This initiative is crucial for maintaining a safe and functional environment for veterans and staff, emphasizing the VA's commitment to infrastructure integrity and safety. Interested contractors must submit their bids electronically by March 5, 2025, and can direct inquiries to Contract Specialist Brandon S. Parker at Brandon.Parker2@va.gov.
    N045--Replace Fire and Smoke Dampers
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of fire and smoke dampers at the Asheville VA Medical Center in North Carolina. This project involves the removal of approximately 64 old dampers and the installation of around 66 new ones in Building 47, with a focus on adhering to safety and compliance standards throughout the construction process. The initiative is crucial for enhancing the safety infrastructure of the medical facility, ensuring minimal disruption to ongoing operations while maintaining high standards of patient care. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by March 6, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov. The estimated project budget ranges from $500,000 to $1,000,000.
    H342--Service will include annual and monthly inspections of all fire extinguishers, replacement,
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide fire extinguisher inspection and maintenance services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract will encompass annual and monthly inspections for approximately 400 fire extinguishers, ensuring compliance with regulations from The Joint Commission, NFPA, OSHA, and VA standards, with an initial term of five years starting March 1, 2025, and the option to extend for four additional years. This initiative is crucial for maintaining safety and reliability in fire protection systems within the medical center, promoting adherence to regulatory requirements. Interested contractors must respond to the Sources Sought Notice by February 26, 2025, and direct all inquiries to Contract Specialist Ross Futch at ross.futch@va.gov or by phone at 713-770-2830.
    595-25-2-040-0012 | Bulk Liquid Oxygen - IDC | NCO 4 Commodities 2 (VA-25-00040701)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide bulk liquid oxygen and related services for the Lebanon VA Medical Center. The procurement includes the establishment of an on-site medical gas fill station, which will require the contractor to maintain a supply of 4,000 to 8,000 pounds of liquid oxygen per month, with replenishment occurring twice weekly. This contract is crucial for ensuring the availability of medical-grade oxygen for veteran healthcare needs and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), among other small business categories. Interested parties must submit their quotes by March 7, 2025, with the contract period running from March 27, 2025, to March 26, 2030, and the potential for four additional option years. For further inquiries, contact Joanne Skaff at joanne.skaff@va.gov or call 570-899-6581.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards through comprehensive inspections, repairs, and maintenance, thereby enhancing safety for veterans and staff within the facility. This opportunity is structured as a Firm-Fixed Price contract with an initial base period from March 14, 2025, to September 30, 2025, and includes four optional one-year extensions. Interested parties must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and can direct inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.
    Y1FE-- Lebanon NC FCA Improvements 856CM3012 (VA-24-00105149)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Correct Cemetery Facility Condition Assessment (FCA) Improvements at the Lebanon National Cemetery, identified by project number 856CM3012. The primary objective of this procurement is to address various deficiencies in cemetery facilities through comprehensive assessments, repairs, and construction activities, while ensuring minimal disruption to ongoing burial services and maintaining the cemetery's integrity. This project is significant as it aims to modernize facilities that honor the service of veterans, adhering to strict standards of conduct due to the sensitive nature of the site. Interested contractors, particularly Veteran-Owned Small Businesses, must submit their bids by February 24, 2025, and can direct inquiries to Michael Giaquinto at michael.giaquinto2@va.gov. The estimated construction budget ranges from $2 million to $5 million, with a completion timeline of 365 days from the notice to proceed.