687-24-112 Install Door Operators B143 at Walla Walla VAMC
ID: 36C26025R0079Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the installation of door operators at the Walla Walla VA Medical Center, specifically in Building 143, to enhance accessibility in compliance with ADA standards. The project involves retrofitting entrances and restrooms with pushbutton door operators, requiring the removal of existing hardware and installation of new equipment, all to be completed within a 120-day timeline post-award. This initiative is crucial for improving access for patients and staff, reflecting the VA's commitment to operational excellence and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses must submit their offers by 8:00 AM (PDT) on August 22, 2025, and can direct inquiries to Adam Hill at Adam.Hill3@va.gov or by phone at 360-553-7678. The estimated project cost ranges from $25,000 to $100,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to solicit proposals for a Contract to install ADA-compliant door operators at the Walla Walla VA Medical Center, Washington. This project will include replacing existing door operators according to specified guidelines and requires a licensed electrician for electrical work. The solicitation will be a Firm-Fixed-Price Construction Contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code for this project is 238290, with a size standard of $22 million. The estimated construction cost ranges between $25,000 and $55,000, and the expected performance period is approximately 120 days from the Notice to Proceed. The RFP will be evaluated under FAR Parts 15, 19, and 36, and all inquiries must be submitted via email by August 6, 2025, by 1200 Mountain Time. This presolicitation notice aims to inform stakeholders and potential contractors of the opportunity within the context of federal contracting procedures.
    The document is a solicitation for a construction project under the solicitation number 36C26025R0079, issued by the Network Contracting Office 20 for the installation of door operators at the Jonathan M. Wainwright Memorial VAMC. This procurement is a 100% Service-Disabled Veteran Owned Small Business set-aside. Interested contractors are required to submit offers by email by 8:00 AM (PDT) on August 22, 2025, and are encouraged to submit any requests for information by August 18, 2025. The estimated cost for the project ranges between $25,000 and $100,000, with a completion period of 120 days mandated post-award notice. The solicitation outlines specific requirements, including performance and payment bonds, labor and materials needed for the project, and compliance with various federal regulations and provisions. Contractors must demonstrate adherence to various clauses related to wage rates, Buy American requirements, and safety standards in their proposals. Additionally, the document emphasizes the importance of registration in the System for Award Management (SAM) and the necessity for contractors to ensure compliance with telecommunications service regulations. Overall, the solicitation reflects the federal government's efforts to engage small, veteran-owned businesses in construction projects while adhering to strict regulatory standards.
    The Walla Walla VA Medical Center has issued a Statement of Work for the installation of an automatic door operator system across key facilities. Specifically, the project involves compliance with ADA standards by retrofitting Building 143 to facilitate ease of access at staff entrances and public restrooms through the installation of pushbutton door operators. The contractor is tasked with removing old hardware, installing new equipment, and ensuring dedicated power supply while adhering to a 120-day timeline post-approval. Regular progress meetings and detailed reporting, including safety checks and daily logs, are mandatory. Additionally, stringent information security protocols must be followed, as contractors will not access patient health information. The project emphasizes environmental compliance, requiring demolition debris management in line with VA policies. This initiative reflects the VA's commitment to accessibility and operational excellence, ensuring the facility meets regulatory standards while enhancing patient and staff experience.
    The document outlines the Price Schedule Breakdown instructions for a federal Request for Quotation (RFQ) related to the installation of door operators at the Walla Walla VA Medical Center. It emphasizes that all pricing is fixed and that the awardee must ensure the accuracy of calculations within the Price Summary. The document specifies the use of standard industry divisions, as per the Construction Specification Institute, to categorize work actions. It clarifies that the pricing breakdown is for informational purposes and does not represent separate billable deliverables. Additionally, it mentions that field office overhead and general conditions are interchangeable in cost categorization. A list of various construction divisions is detailed, including general requirements, existing conditions, and specific construction materials and systems. The document concludes with sections for mobilization, insurance, taxes, and contract totals, requiring itemized lists for any additional costs. The primary aim is to ensure clarity in pricing and contractual obligations for the project while adhering to federal contracting standards.
    The document outlines the requirements for a federal contract titled "CON Replace Door Installation System" under project number 687-24-112. It includes specific guidelines regarding subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The offeror must certify compliance with these limitations: for general construction contracts, no more than 85% of the government payment can be subcontracted to firms not certified as SDVOSBs or VOSBs. The document details the legal implications of false certifications, including potential criminal and civil penalties. Furthermore, it mandates that contractors provide documentation to verify compliance with subcontracting requirements. Failing to provide requested documents may result in remedial actions. An official certification of compliance must be completed and returned with all bids, or offers will be deemed ineligible. This document serves to ensure that contracts are awarded to compliant small business entities, supporting federal mandates that promote veteran participation in federal contracting opportunities.
    The document outlines the General Decision Number WA20250117 related to construction projects in Walla Walla County, Washington, specifying wage determination under the Davis-Bacon Act. It emphasizes compliance with Executive Orders 14026 and 13658, mandating minimum wage rates for contractors. Contracts initiated after January 30, 2022, require at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 per hour, adjusted annually. The wage determination details various construction classifications, their wage rates, and fringe benefits, covering skilled trades like electricians, plumbers, and laborers. It outlines procedures for addressing unlisted job classifications and appeals related to wage rates. The document serves as an essential resource for contractors and organizations involved in federal and state construction projects, ensuring compliance with wage regulations and worker protections established under federal law. Its structure categorizes information by trade, including both rates and fringe securities, facilitating accessibility for stakeholders. Overall, the document underscores the federal commitment to fair wages within the construction industry in Washington State.
    The government file contains information on federal and state RFPs (Requests for Proposals) and grants aimed at enhancing funding opportunities for projects across various sectors. The document outlines structured guidelines for participants, detailing eligibility criteria, submission procedures, evaluation processes, and compliance requirements for funding applications. It emphasizes the importance of thorough project proposals that address specified needs, timelines, and budgets while aligning with governmental priorities. The file also highlights the necessity for transparency and accountability in the use of funds. Through these processes, the government seeks to foster collaboration between public and private sectors, encourage innovation, and ensure that funded projects deliver measurable outcomes that benefit the community. This nurturing of financial ecosystems underscores the government's commitment to supporting initiatives that drive growth and improve public welfare.
    Lifecycle
    Similar Opportunities
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Buyer not available
    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.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    6350--Additional Door Hardware for Physical Access Control System (PAC)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 16, is seeking qualified contractors to provide installation services for additional door hardware as part of the Physical Access Control (PAC) system at the Michael E. DeBakey VA Medical Center in Houston, TX. The project aims to enhance physical security by adding card access capabilities to four doors within the Domiciliary Residential and Rehabilitation Treatment Program facility, requiring contractors to supply labor, materials, equipment, and transportation for the installation of additional controllers. This Sources Sought Notice serves as market research to identify potential contractors who are authorized distributors for ACRE and certified to work on the existing DNA Fusions open options system. Interested parties must submit their responses by December 8, 2025, and direct any questions to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov by December 2, 2025.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.