H912--238220 | 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 requires contractors to conduct quarterly inspections and necessary repairs of fire barrier systems across multiple buildings, ensuring compliance with fire safety standards. The contract emphasizes the importance of maintaining safety and regulatory compliance within the facility, with a proposal submission deadline of March 18, 2025, at 3 PM Eastern Time. Interested parties should direct inquiries to Contract Specialist Eric Christy via email at Eric.Christy@va.gov.

    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 outlines an amendment to Solicitation 36C24425Q0331 for fire and smoke barrier inspections and repairs at the Lebanon VA Medical Center. The primary purpose of this amendment is to provide an alternative document, "Attachment A.1 - Fire Safety Plans Multiple Buildings Lebanon VAMC," due to issues encountered with the previous PDF format. Contractors are required to acknowledge all amendments when submitting their quotes for this solicitation. The contracting office, located in Philadelphia, PA, emphasizes that the proposal must be submitted by 3 PM Eastern Time on March 18, 2025, and is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) entities. Additionally, the document confirms that Recovery Act funds are not involved. Key contact for the solicitation is Contract Specialist Eric Christy, available via email. This amendment reflects the VA's commitment to ensuring clear communication and accessibility in the procurement process for necessary safety inspections and repairs in its facilities.
    The document outlines an amendment to Solicitation 36C24425Q0331 issued by the Department of Veterans Affairs, specifically related to Fire and Smoke Barrier Inspections and Repairs at the Lebanon VA Medical Center. This document serves to clarify vendor inquiries and provide essential information regarding the previous contract, including types of repairs and inspection requirements. It highlights that the current solicitation is a follow-on to a prior contract, with a focus on quarterly inspections of the entire facility, inclusive of walls, ceilings, and floors. Vendors must adhere to specific standards for materials used in fire barrier repairs and document all work thoroughly. The amendment also addresses questions regarding subcontractor requirements, engineering judgments, and the anticipated scope of work. The response deadline for submissions is set for March 18, 2025, with a specific focus on service-disabled veteran-owned small businesses (SDVOSBC). This solicitation is part of broader efforts to maintain safety regulations and ensure compliance within VA facilities while fostering veteran participation in government contracts.
    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 pertains to VAMC Lebanon, situated in Lebanon, Pennsylvania, and comprises a series of timestamped photographs dated November 12-13, 2017. It appears to document various aspects of the facility, likely for internal records or assessment purposes. While the file predominantly includes image references without contextual descriptions, these photographs may represent conditions within the Veteran Affairs Medical Center, including infrastructure, patient care areas, or specific projects underway at the time. The accumulation of visual documentation suggests an emphasis on maintaining or improving facility standards in line with VA requirements. Although the specific intent or request for proposals (RFPs) linked to this documentation is not explicitly outlined, it is typical for federal entities to utilize such material for compliance, grant applications, or project justifications, ensuring transparency and accountability within government operations.
    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
    J012--Fire and Smoke Door Inspection and Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Fire and Smoke Door Inspection and Repair services at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. This procurement involves conducting annual inspections and necessary repairs of fire and smoke doors over a base year with four option years, requiring contractors to have specific qualifications, including Service-Disabled Veteran Owned Small Business (SDVOSB) status and ANAB ISO/IEC 17020:2012 accreditation. The services are critical for ensuring compliance with safety standards and regulations, including adherence to various NFPA codes and VA manuals. Interested parties must submit their responses by December 22, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    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.
    H312--586-26-1-523-0001 Fire and Life Safety Survey
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Fire and Life Safety Survey Services at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. The contractor will be responsible for evaluating compliance with the 2024 Edition of NFPA 101, Life Safety Code, and other relevant codes, which includes conducting visual inspections, verifying hazardous rooms and egress, and performing a 20% random survey of fire barriers above ceilings. This procurement is crucial for ensuring the safety and compliance of the facility's fire and life safety systems. Interested small businesses must submit their proposals by December 18, 2025, at 11 AM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    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.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.