Z1DA--ALBANY 8C,9D & 10C Door install/retrofit 2.0
ID: 36C24226Q0220Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the installation and retrofit of entrance/security doors at the Stratton VA Medical Center in Albany, NY, specifically at locations 8C, 9D, and 10C. The project entails furnishing and installing new doors, relocating existing systems, and constructing new wall structures, all while adhering to specific access control and safety standards. This contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated construction magnitude between $25,000 and $100,000. Interested contractors must register in SAM.gov and submit proposals by January 2, 2026, following a mandatory site visit on December 23, 2025. For further inquiries, contact Terry Fraser at terry.fraser@va.gov.

    Point(s) of Contact
    Terry FraserContract Specialist
    terry.fraser@va.gov
    Files
    Title
    Posted
    The Stratton VA Medical Center in Albany, NY, issued a presolicitation notice for a project to furnish and install entrance/security doors at locations 8C, 9D, and 10C. This contract requires all labor and materials to install new gypsum wall board walls, swinging wood double doors with vision lights and access control, relocate and add to a storefront door system, and replace an existing storefront door with an opposite swing, including a new door inset and window film. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45.0 million. The estimated construction magnitude is between $25,000 and $100,000. Solicitation materials will be available on beta.SAM.gov around December 2, 2025, with a response date of December 15, 2025.
    This government solicitation outlines a project to install and rework security entrance doors at the Samuel S. Stratton VA Medical Center in Albany, NY. The project, designated for Veteran Owned Small Businesses (VOSB), requires contractors to furnish all materials, supplies, equipment, personnel, and supervision. The period of performance is 30 calendar days from the Notice to Proceed, with a construction magnitude between $25,000 and $100,000. Key requirements include registration in SAM.gov, VOSB verification, and submission of an annual Vets-4212 Report. A mandatory site visit is scheduled for December 23, 2025, and cost proposals, including a breakdown, are due by January 2, 2026. Evaluation criteria will be technical capability, price, and past performance, requiring a 5-page capability statement. The solicitation emphasizes compliance with Buy American and Security Prohibitions and Exclusions clauses, and includes instructions on wage rates, small business rerepresentation, and payment protections.
    The NABCO GT710/8710 Low-Energy ADA Swing Door Operator is a versatile, hydraulic door automation system designed for both interior and exterior use. It can automate new or existing door frames and operates in automatic and manual modes, featuring a hydraulic back-check to protect against damage in windy conditions or during manual operation. Approved for fire door assemblies up to 3 hours, the operator emphasizes energy efficiency with adjustable opening and closing speeds. Key features include a hydraulic design for reliability, a manual mode requiring minimal pressure, and a one-million-cycle endurance rating. The system offers obstacle detection, sequential or timer modes, an LCD for programming, and various adjustable settings for force, speed, and hold-open time. It complies with ANSI A156.19/A117.1 standards and is UL/ULC approved. NABCO provides extensive service through its network of AAADM-certified technicians, ensuring compliance with industry standards. Specifications and CAD drawings are available on their website, making it a comprehensive solution for accessible and safe door automation.
    The “Buy American Certificate” provision (FAR 52.225-2) mandates that offerors certify whether their end products are domestic, in accordance with the Buy American—Supplies clause. Offerors must list any foreign end products, including those manufactured in the U.S. that do not meet domestic criteria, specifying their country of origin. The government evaluates offers based on policies in FAR Part 25. This provision ensures compliance with federal acquisition regulations promoting the purchase of domestic goods in government contracts, impacting federal RFPs and grants.
    The VA Notice of Limitations on Subcontracting (NOV 2022) outlines certification requirements for offerors regarding subcontracting limits on government contracts. As per 38 U.S.C. 8127(k)(2), contractors must adhere to specific percentages for subcontracting to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, the limit is 50%; for general construction, 85%; and for special trade construction, 75%. The cost of materials is excluded from these calculations in construction contracts. Offerors must certify compliance, acknowledging that false certifications carry severe penalties, including criminal prosecution and fines. The VA reserves the right to request documentation to verify compliance and may impose sanctions for non-compliance or bad faith actions. Failure to submit the required certification renders an offer ineligible for award.
    The Stratton VA Medical Center in Albany, NY, is seeking a contractor to furnish and install entrance/security doors at three locations: 10C, 9D, and 8C. The project involves relocating an existing storefront door system, reversing the swing of an existing door, and constructing a new gypsum wallboard wall with double wood doors. Key requirements include specific door hardware, access control systems compatible with existing VA infrastructure (Lenel S2 OnGuard and DormaKaba Ilco), and adherence to various NFPA codes. The contractor must utilize the VISN 2 Autodesk Build Construction management platform for all project communications and submissions. The total period of performance is four weeks plus material lead time.
    This document, "General Decision Number: NY20250002 09/19/2025," outlines prevailing wage rates and labor regulations for various construction projects in specific New York counties, including Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, and Washington. It covers building, heavy, and highway construction, with distinctions for certain counties and construction types. The file details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts in 2025. It also provides comprehensive wage and fringe benefit rates for numerous trades, such as Asbestos/Insulator Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Constructors, Power Equipment Operators, Ironworkers, Laborers, Painters, Plumbers/Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, specifying rates by county, construction type, and job classification, along with associated paid holidays. Additionally, the document includes information on the Executive Order 13706 for paid sick leave and outlines the wage determination appeals process through the Department of Labor.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Project Number 526-22-115, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals electronically to the Contracting Officer, Akkil Kurian, at Akkil.Kurian@va.gov by January 21, 2026, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    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.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.