Manual Pass-Thru Windows - QTY4 EA
ID: 36C26024Q0908Type: Presolicitation
Overview

Buyer

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

NAICS

Metal Window and Door Manufacturing (332321)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the procurement and installation of eight anti-barricade doors at the Spokane VA Medical Center, specifically targeting the psychiatric unit to enhance safety and functionality. The project is a total small business set-aside, requiring contractors to provide all necessary labor, materials, and equipment, with installation to be completed within 90 days while adhering to industry codes and safety standards. These doors are designed to prevent patients from barricading themselves, incorporating anti-ligature features and ensuring compliance with various safety regulations. Interested vendors must submit inquiries by September 18, 2024, and proposals by September 20, 2024, at 16:30 PST, with all submissions directed to Derek Crockett at derek.crockett@va.gov.

    Point(s) of Contact
    Derek CrockettContracting Officer
    360-816-2760 x32760
    derek.crockett@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs requests proposals for the procurement and installation of eight anti-barricade doors for the Spokane VA Medical Center, specifically for the psychiatric department. This project is designated as a total small business set-aside, emphasizing the participation of small businesses in the bidding process. The contractor must provide labor, materials, and tools for the installation and ensure that the doors meet various safety and compliance standards, including those from NFPA, OSHA, and VA guidelines. Site visits are scheduled for interested parties, and vendor questions are due by September 18, 2024. Offers must be submitted by email by September 20, 2024, at 16:30 PST. The total award includes specific terms regarding pricing, delivery, and project timelines, with an emphasis on safety and proper installation protocols. The contractor is responsible for warranty, compliance with guidelines, and submission of invoices electronically, outlining the project's deliverables and expected performance standards. This RFP underscores the government's commitment to providing secure environments in VA facilities while adhering to regulatory standards.
    The Department of Veterans Affairs (VA) is soliciting bids for the procurement and installation of eight anti-barricade doors at the Spokane VA Medical Center. This request is set aside for small businesses and is part of the effort to enhance the safety and functionality of the psychiatric unit. The doors aim to prevent patients from barricading themselves within rooms, incorporating anti-ligature features and existing safety systems. The contractor must provide all necessary labor, materials, and equipment, oversee installation within 90 days, and ensure compliance with industry codes and standards. The project includes collaboration with facility staff for seamless integration with existing systems, as well as a warranty for workmanship and materials over 12 months. Moreover, vendors are invited to submit inquiries until September 18, 2024, with proposals due on September 20, 2024, via email only. This solicitation emphasizes coordination, safety, and adherence to stringent construction standards, reflecting the VA's commitment to improving mental healthcare environments while ensuring regulatory compliance and enhanced patient safety.
    The Department of Veterans Affairs (VA) is soliciting bids for the procurement and installation of eight anti-barricade doors at the Spokane VA Medical Center. This request is set aside for small businesses and is part of the effort to enhance the safety and functionality of the psychiatric unit. The doors aim to prevent patients from barricading themselves within rooms, incorporating anti-ligature features and existing safety systems. The contractor must provide all necessary labor, materials, and equipment, oversee installation within 90 days, and ensure compliance with industry codes and standards. The project includes collaboration with facility staff for seamless integration with existing systems, as well as a warranty for workmanship and materials over 12 months. Moreover, vendors are invited to submit inquiries until September 18, 2024, with proposals due on September 20, 2024, via email only. This solicitation emphasizes coordination, safety, and adherence to stringent construction standards, reflecting the VA's commitment to improving mental healthcare environments while ensuring regulatory compliance and enhanced patient safety.
    This document details an amendment to a solicitation related to a project administered by the Network Contracting Office 20 for the Spokane VA Medical Center. The amendment is issued to respond to inquiries about specific project requirements, including the size of a wicket door, fire rating of doors, and uniformity of mortise locks with existing facility standards. The wicket door is specified to accommodate an adult, approximately 2’x4’, while the doors must be fire-rated for 30 minutes according to NFPA 80 standards. Additionally, it is emphasized that existing lever locks will be reused, aligning with facility aesthetics and regulations. The document provides information regarding site visits scheduled for interested contractors, requiring advance notice, and lists contact persons for appointments. This amendment reflects ongoing communication and clarification processes typical of government Request for Proposals (RFPs), ensuring that all contractors have an equitable understanding of project specifications and requirements.
    The document is an amendment to solicitation number 36C26024Q0845, issued by the Network Contracting Office 20 for a specific project involving door frame sizes. The amendment serves to address bidders' questions and correct previously noted dimensions within the solicitation. It clarifies that the salient characteristics and the statement of work now specify door width sizes ranging from 4'0 to 7'0. The document details the methods by which bidders can acknowledge the amendment, such as submitting copies or referencing it in their offers. The amendment emphasizes compliance with the original solicitation terms, stipulating that all prior conditions remain effective except for the changes listed. This ensures transparency and clarity for all parties involved while maintaining adherence to federal solicitation guidelines.
    This government document serves as an amendment to solicitation 36C26024Q0845, related to the installation of anti-barricade doors. The primary purpose is to address vendor inquiries and add a new attachment with photos of the specified doors. Key changes and updates include: 1. **New Attachment**: Attachment E has been added, providing necessary images and specifications of the door style requested, highlighting features such as low-profile locks and minimal gaps. 2. **Vendor Questions**: The document answers several vendor questions, clarifying requirements like ensuring there are no points of attachment on the doors, specifying working days and times. Work is permitted Monday through Friday from 0700-1900 and every other weekend, with federal holidays requiring prior approval. Overall, the amendment underscores the intent to clarify expectations and logistics for contractors involved in the door replacement project, emphasizing adherence to guidelines set by the VA contracting authority. This modification ensures all potential bidders have the necessary information to prepare their offers effectively.
    The Presolicitation Notice outlines a request for proposals concerning the procurement of four manual passthrough-windows for the Puget Sound VA Medical Center. This solicitation is designated as a small business set-aside, emphasizing the federal government's support for small enterprises. No installation services are required, and interested vendors must provide a Letter of Authorization if they are not the manufacturers. Proposals will be submitted via email only, with a deadline set for September 12, 2024, at 15:00 Pacific Time. The contracting office, led by Contracting Officer Derek Crockett, is located in Vancouver, Washington, and additional information can be found on the Department of Veterans Affairs' website. This notice serves to facilitate procurement while ensuring compliance with small business support initiatives.
    The document outlines a solicitation issued by the Department of Veterans Affairs (VA) for the procurement of four manual pass-through windows for the Puget Sound VA Medical Center. The request is set aside for small businesses and specifies brand name or equal products with detailed specifications regarding dimensions, materials, and functionality. A total of four units are required, including one measuring 28” x 45” and three measuring 34” x 45,” all of which must adhere to infection and engineering control standards. The procurement has a delivery timeframe of 90 days after receipt of order (ARO), and requires the submission of a Letter of Authorization if the offerings are from an authorized distributor rather than the manufacturer. The solicitation provides instructions for submission of quotes and a deadline of September 11, 2024, at 15:00 PST. Invoices must be submitted electronically to the designated remittance address, and specific clauses from the Federal Acquisition Regulation (FAR) are incorporated by reference. The summary illustrates the VA's focus on compliance with technical specifications and supporting small business participation in government contracting.
    The document outlines a federal solicitation from the Department of Veterans Affairs (VA) for the procurement of four manual pass-through windows. The solicitation is designated as a total small business set-aside and specifies that vendors must hold a Letter of Authorization if they are not the original equipment manufacturer (OEM). The specifications detail dimensions, materials, and installation requirements to comply with strict infection prevention (ICRA) and engineering control (PCRA) standards. The submission deadline for offers is set for September 11, 2024. Key provisions include delivery within 90 days after receipt of order and adherence to the Buy American Act. Invoices must be submitted electronically, and various clauses regarding compliance with federal regulations are incorporated. Questions from vendors must be emailed to the designated contracting officer, Derek Crockett. This RFP aims to ensure that the VA Puget Sound Medical Center receives quality construction materials while supporting small businesses in the procurement process.
    This government document serves as an amendment to solicitation 36C26024Q0908 regarding the purchase of STERIS AUTOMATED PASS-THROUGH WINDOWS for the VA Puget Sound Healthcare System. The amendment specifies additional salient characteristics necessary for compliance with infection control standards and engineering controls. The updated specifications detail dimensions and materials required for the windows, including stainless steel frames and tempered glass with specific finishes. It outlines a need for items, such as swing-space windows and additional equipment, along with compliance expectations regarding structural integrity and voice communication capabilities. The amendment also extends the offers' receipt date and emphasizes the importance of acknowledging this change to ensure consideration of bids. The intended delivery is set for 90 days after receipt of orders. Overall, this document highlights the ongoing procurement process and modifications essential to meet military healthcare requirements effectively.
    The document is an amendment to the solicitation number 36C26024Q0908, issued by the Network Contracting Office 20, which extends the close date for submissions. Originally set to close earlier, the amendment pushes the deadline to September 18, 2024, at 16:30 PST. Offerors are instructed to submit their quotes via email to the designated contact, Derek Crockett, by the new close date. The amendment confirms that all other terms and conditions remain unchanged and in full effect, underscoring the continuity and stability of the solicitation process. This document reflects standard government protocol in managing Requests for Proposals (RFPs), ensuring that potential bidders have adequate time to prepare and submit their offers, and emphasizes clarity in communication regarding changes to contract timelines.
    The document labeled A-352 focuses on a specific federal Request for Proposals (RFP) related to government contracts. It outlines the purpose, objectives, and requirements necessary for prospective applicants to understand the scope of the project. Key information includes eligibility criteria, submission guidelines, evaluation metrics, and timelines for proposal submission. The RFP emphasizes the importance of compliance with federal regulations and encourages innovative solutions from bidders to meet the outlined needs. The structure of the document is organized into sections detailing the background of the project, objectives, proposal requirements, and evaluation processes, ensuring clarity and thoroughness. The purpose of this document is to solicit competitive proposals from qualified vendors, ultimately advancing government objectives while fostering transparency and fairness in the procurement process.
    The document outlines various specifications and measurements for different areas within a facility, potentially related to a government RFP for construction or renovation. The layout includes detailed dimensions for spaces such as detox rooms, nurse stations, corridors, utility areas, offices, and lounges, providing a comprehensive breakdown of square footage for each designated area. This information appears crucial for contractors and architects to understand project requirements better. The facility emphasizes stations for medical and support services, highlighting the importance of adequate space for functionality and workflow. Additionally, elements like counseling areas and outpatient lounges indicate a focus on patient care and therapeutic environments. The summary suggests that this is a foundational document for potential bidders that aligns with federal guidelines and standards for health facilities.
    The Spokane VA Medical Center is hosting a site visit for offerors interested in the procurement, installation, and alarm recertification services for Anti-Barricade Doors. This visit offers a visual tour of the location and equipment to assist in preparing proposals for the solicitation. Attendance is not mandatory, but it is strongly recommended as it provides insight into the site environment. The site visit will take place on specified dates and times, with strict access controls due to the site's operational nature. Attendees must wear proper Personal Protective Equipment (PPE) suitable for a BSL3 laboratory, which will not be provided by the government. While questions regarding the site visit can be directed to designated contacts, inquiries related to the solicitation must adhere to specific submission guidelines. Notably, latecomers will not be accommodated, and no additional visits or summaries of the site visit will be offered for those unable to attend. This structured approach reflects the government's commitment to securing qualified vendors while ensuring safety and compliance in a sensitive facility.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts in Washington State, specifically Pend Oreille, Spokane, and Stevens counties. It specifies minimum wage rates based on executive orders effective January 30, 2022, with rates varying according to contract date and renewals: Executive Order 14026 mandates a minimum of $17.20 per hour for contracts awarded after that date, while Executive Order 13658 sets a rate of $12.90 for contracts awarded between January 2015 and January 2022, unless modified by higher wage determinations. The document lists detailed occupation codes and corresponding pay rates, fringe benefits, and legal obligations regarding paid sick leave and holiday entitlements. It emphasizes contractual requirements for uniform provisions, health benefits, vacations, and hazardous pay differentials. The document serves as a regulatory guide for contractors, ensuring compliance with wage laws, benefits, and protections for workers engaged in government contracts, highlighting its relevance in the context of federal grants and RFPs.
    The document outlines the layout and facilities of the Mann-Grandstaff VA Medical Center in Spokane, as illustrated in its 2024 campus map. It enumerates various buildings and services available on the campus, including the main hospital, outpatient clinics, specialized care facilities like the Eye Clinic, Physical Therapy, and substance abuse services. It also features other critical areas such as the Utility Plant, Pharmacy, and the Engineering department. The map serves as a navigational tool to enhance patient and visitor experience, showing the locations of essential services and building functionalities. The mention of specific services like the Native American Veterans Healing Lodge and the Community Living Center indicates the center’s commitment to providing comprehensive care tailored to diverse veteran needs. Overall, the document highlights the facility's layout while reflecting the VA’s ongoing efforts to improve accessibility and quality of care for veterans.
    Lifecycle
    Similar Opportunities
    J056--Anti-Barricade Doors - 8EA with installation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to provide eight anti-barricade doors along with installation services at the Spokane VA Medical Center in Washington. This procurement aims to enhance security measures within the facility, emphasizing the importance of specialized door systems in safeguarding vulnerable areas. Interested vendors are encouraged to attend scheduled site visits and must submit their quotes to the designated contracting officer, Derek Crockett, by September 20, 2024, at 16:30 Pacific Time. For further details, including site visit instructions, interested parties can reach out to Derek Crockett at Derek.Crockett@va.gov or by phone at 360-816-2760 x32760.
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses (SDVOSB) to provide fire-rated doors for the Minneapolis VA Health Care System. This procurement, identified by solicitation number 36C26324Q01120, is conducted under Simplified Acquisition Procedures (FAR Part 13) and aims to replace essential fire-rated doors, with a contract period from December 1, 2024, to May 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of bid submission, ensuring compliance with the NAICS code 332321, which has a size standard of 750 employees. Quotes are due by 1:00 PM on September 27, 2024, and technical inquiries must be submitted by 1:00 PM on September 20, 2024, to the Contract Specialist, Robert Bennett, at robert.bennett8@va.gov. A site visit is scheduled for September 23, 2024, for contractors to inspect the project site.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities for infrared/radio frequency operations, which includes significant renovations such as wall demolitions, HVAC installation, and structural modifications, all while ensuring compliance with federal safety standards. This project is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals electronically by September 19, 2024, with a project cost estimated between $500,000 and $1,000,000. For further inquiries, potential bidders can contact Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    C1DA--668-320 Construct Rehab Medicine and Prosthetics Addition Minor Design - Spokane
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architecture-engineering firms to provide design services for the construction of a new Rehab Medicine and Prosthetics Addition at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The project involves creating approximately 9,000 gross square feet of new space and renovating an existing 500 square feet to enhance services in Physical Medicine and Rehabilitation, specifically for Physical Therapy and Assistive Technology. This initiative is part of the VA's commitment to improving healthcare environments for veterans, with an estimated construction cost of $12,056,000. Interested firms must submit their proposals by September 20, 2024, and can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) for Spokane WA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) services for the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract, valued at approximately $11.5 million, includes a base year followed by four option years, focusing on comprehensive inspections and testing of fire safety systems in compliance with standards from organizations such as the NFPA and TJC. This initiative is critical for ensuring fire safety compliance in a healthcare environment, thereby maintaining operational readiness for emergency situations. Interested vendors must acknowledge the recent amendment regarding a site visit scheduled for September 19, 2024, and submit their quotes by adhering to the specified requirements outlined in the solicitation documents. For further inquiries, vendors can contact Danielle Carrico at danielle.carrico@va.gov.
    Y1DA--668-24-112 Replace Steam Connection to Building 14
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the project titled "Y1DA--668-24-112 Replace Steam Connection to Building 14" at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The primary objective of this procurement is to replace aging steam and condensate piping due to visible leaks, which involves excavation, installation of approximately 320 linear feet of new piping, and restoration of the site to its original condition. This project is crucial for maintaining the operational efficiency and safety of the facility's mechanical systems, ensuring compliance with safety standards throughout the construction process. Interested contractors must submit their offers by September 19, 2024, at 10:00 AM, and can direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the "509 Window Replacement" project at the Central Virginia VA Health Care System in Richmond, Virginia. This project requires a qualified contractor to furnish all necessary tools, labor, and materials to replace windows in Building 509, with a completion timeline of 45 calendar days following the Notice to Proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238150, with an estimated contract value between $25,000 and $100,000. Interested contractors should register on the SAM.gov website to access the solicitation documents, which are expected to be released around October 1, 2024, and can contact Contract Specialist Donteana Gibbs at donteana.gibbs@va.gov or 757-251-4109 for further information.
    Z1DZ--556-23-107: (CON) Campus-Wide Rekeying and PACS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Campus-Wide Rekeying and Physical Access Control Systems (PACS) project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves upgrading access control for three domiciliary buildings and the VCS Canteen area, which includes the installation of new card readers, door hardware, and control panels, all to be completed within 180 days from the Notice to Proceed (NTP). This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), and eligible bidders must be certified through the Veteran Small Business Certification database. The official solicitation will be posted on SAM.gov around September 3, 2024, and interested parties should ensure they are registered in the System for Award Management (SAM) for consideration. For further inquiries, contact Ryan McMillin at ryan.mcmillin@va.gov or Hudell Ballen at hudell.ballen@va.gov, with an estimated contract value between $1,000,000 and $2,000,000.
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction project titled "Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems" at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project involves the replacement of air handling units AHU-01 and AHU-04, along with comprehensive upgrades to the facility's mechanical systems, which are expected to enhance HVAC efficiency and operational compliance. This initiative is crucial for improving healthcare infrastructure for veterans, ensuring that the facility meets modern standards for patient care and safety. Interested contractors must submit their proposals by September 21, 2024, with a site visit scheduled for September 5, 2024; for further inquiries, contact Sandra K Snediker at Sandra.Snediker@va.gov.