J059--Automatic Door Operator Service Boise VAMC Automatic Door Operator Service
ID: 36C26024Q0915Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for Automatic Door Operator Services at the Boise Veterans Affairs Medical Center, with the solicitation number 36C26024Q0915. The contract requires annual preventive maintenance for 99 automatic doors, including inspections and compliance with safety standards, with services to be performed quarterly. This procurement is crucial for maintaining operational efficiency and accessibility within government facilities, ensuring that automatic door systems function optimally. Interested vendors should note that the total contract value is approximately $47 million, with responses due by September 12, 2024, at 15:00 Pacific Time. For inquiries, contact Contracting Officer Helen Woods at helen.woods@va.gov or 253-888-4915.

    Point(s) of Contact
    Helen WoodsContracting Officer
    (253) 888-4915
    helen.woods@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice announces a federal request for proposals (RFP) for Automatic Door Operator Services, issued by the NCO 20 Network Contracting Office in Vancouver, Washington. The solicitation number is 36C26024Q0915, and responses are due by September 12, 2024, at 15:00 Pacific Time. The place of performance for the contract is at 500 W Fort Street, Boise, Idaho. Important details include the absence of a site visit option and references to attached documents outlining the service scope, equipment list, and compliance with the Service Contract Act. The opportunity is set aside for the Small Business Administration (SBA), with no Recovery Act funds involved. The contact person for inquiries is Helen Woods, the Contracting Officer, reachable via email. This RFP represents the government's ongoing commitment to utilizing federal contracting to meet operational needs while supporting small businesses in the procurement process.
    This document outlines a federal Request for Proposal (RFP) for Automatic Door Operator Maintenance Services by the Department of Veterans Affairs. The contract, solicited under procurement code 36C26024Q0915, has a total value of $47 million, with a performance period starting September 19, 2024, through September 18, 2025, including four option years extending to 2029. The RFP specifies that the procurement is unrestricted yet includes provisions for small businesses, including those designated as HUBZone, service-disabled veteran-owned, and women-owned. The detailed contract terms include clauses regarding acceptance and inspection, payment procedures, and adherence to service contract labor standards. Contractors must follow electronic payment and invoicing protocols and comply with relevant labor regulations. The RFP emphasizes the importance of fulfilling the contract terms and maintaining high standards of service and compliance with federal regulations. Overall, the RFP seeks qualified vendors to ensure effective operations and maintenance of the Department's automatic door systems, demonstrating the federal government's commitment to service excellence and operational integrity.
    The Automatic Door Contract outlines the requirements for annual preventive maintenance (PM) services for 99 automatic doors, including their operators and related components. The contract specifies inspections and checks to ensure optimal functionality, including evaluating safety features, electrical components, and physical conditions of the doors. The PM services are to be conducted quarterly, with specific attention to two doors connected to a fire alarm system, necessitating coordination with fire alarm contractors. Additionally, the document details records management obligations for contractors handling federal records. Contractors must comply with federal records management laws, ensure protection of non-public information, and complete required training. The contract stipulates that all records produced are the property of the U.S. Government, and contractors must safeguard these records, following guidelines for their handling and disposition. The scope and responsibilities outlined emphasize government accountability and the establishment of operational standards to maintain safety and functionality within federal facilities.
    The document provides an inventory of automatic door operators used across various locations, detailing their entry numbers, equipment categories, manufacturers, and specific local identifiers. The listing highlights various brands, including NABCO, SCHLAGE LOCK/LCN CLOSERS, HORTON AUTOMATICS, and STANLEY, with multiple operators categorized under distinct identifiers. The inventory spans several pages and organizes the equipment by manufacturer and model, ensuring ease of access for reference. The extensive catalog signifies the importance of these automatic door operators within government facilities, likely in response to accessibility and operational efficiency standards. This inventory serves as a pivotal resource for government RFPs (Requests for Proposals) and grants, as it showcases existing assets that may require maintenance, replacement, or integration into future projects. Proper documentation and categorization are essential for effective facility management and compliance with federal and local regulations regarding access and equipment maintenance. Overall, this inventory underscores the government's commitment to maintaining updated, functional infrastructure that supports its operations and services.
    The document outlines a series of federal and state-level proposals for funding and grants within various sectors. It emphasizes the essential criteria and practices for submitting requests for proposals (RFPs), aimed at ensuring compliance with federal requirements while effectively tackling local needs. Key elements include guidelines for budget proposals, deadlines for submissions, and the importance of demonstrating community impact and alignment with governmental goals. The structure of the document includes sections detailing eligibility, application processes, and evaluation criteria. Furthermore, it highlights targeted areas for funding such as infrastructure improvements, social services, and environmental initiatives, urging applicants to illustrate project viability through quantitative metrics. Additionally, it underscores the necessity for organizations to maintain transparency and adherence to reporting requirements. The overall purpose is to facilitate access to funds for deserving projects that aim to benefit community development and address identified local issues, thus fulfilling the government's objectives of enhancing service delivery and resource allocation. The document serves as a crucial resource for organizations seeking governmental support through grants and RFPs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    8340--MED RISK HDT Shelters (Quick halt 403 Express & DRASH MX5) Boise VA 531
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of military-grade shelters, specifically the Quick halt 403 Express and DRASH MX5 models, for the Boise VA Medical Center in Idaho. The contract requires the delivery of two shelters, with the larger one measuring between 500 and 550 square feet and the smaller one between 250 and 275 square feet, both designed to meet stringent standards for emergency management, including waterproof materials and specific features such as zip-style doors and HVAC ducting. This procurement is critical for replacing a previously damaged shelter and ensuring the facility is equipped to handle emergency situations effectively. Interested vendors must submit their proposals by September 18, 2024, at 12:00 PM Pacific Time, with a total award amount of $13.5 million, and can direct inquiries to Contract Specialist Lance Lee at Lance.Lee2@va.gov or by phone at 360-816-2780.
    INSTALLATION HIRSCH ACCESS CONTORLS IN ELEVATORS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide installation services for Hirsch Access Readers in elevator cabs at the VA San Diego Healthcare System. This procurement aims to establish a one-year, Firm-Fixed-Price contract, requiring the vendor to supply all necessary labor, supervision, equipment, parts, and transportation for the installation, with a performance period from September 30, 2024, to September 29, 2025. The project is part of a broader initiative to enhance access control systems, ensuring security and efficiency within the facility. Interested parties should note that the total award amount for this solicitation is $34 million, with a bid submission deadline of September 18, 2024. For further inquiries, vendors can contact Jasmon Cornick at jasmon.cornick@va.gov or by phone at 480-466-7924.
    Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.
    Installation of APX 8500 Radio Consolettes, Boise VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation of two APX 8500 radio consolettes at the Boise VA Medical Center, with a focus on enhancing communication capabilities. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated total award amount of approximately $34 million, with the installation scheduled to take place between September 30, 2024, and December 15, 2024. Vendors must be authorized Motorola Solutions Channel Partners and comply with specific requirements outlined in the solicitation, including valid certification with Sam.gov and adherence to federal regulations. Interested parties can contact Christine Thomas at christine.thomas1@va.gov for further details regarding the proposal submission process.
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of fire-rated doors at the Minneapolis VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SD/VOSB) and involves replacing 30 fire-rated and 3 non-rated doors, adhering to strict construction requirements and safety protocols to ensure compliance with fire safety standards. The project is critical for maintaining safety and minimizing disruption to patient care during the execution of the work, which must be completed within 180 days from the "Notice to Proceed." Interested contractors should submit their quotes by 1:00 pm on October 4, 2024, and direct any technical questions to Contract Specialist Robert J Bennett at robert.bennett8@va.gov.
    J065-- Acute Care Bed Maintenance BPAs CO: Jeff Hansen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for a Service-Disabled Veteran-Owned Small Business to enter into a Blanket Purchase Agreement for the maintenance and repair of medical equipment across multiple facilities in the Western States Network Consortium. The focus is on acute care beds and their specialized servicing, catering to diverse patient needs. The chosen vendor will ensure the prompt and efficient maintenance of these beds, stretchers, mattresses, and gurneys, with work encompassing inspection, servicing, and emergency repairs. Technical expertise is a priority, with manufacturer-certified technicians required to service a wide range of bed types, utilizing original equipment manufacturer parts. With a five-year contract value estimated at $34 million, this procurement is an organized, comprehensive approach to meeting the healthcare needs of the VA facilities. Offer proposals must be submitted by September 18, 2024, 5:00 PM PDT, and will be evaluated based on timely performance, professionalism, and quality of service. Vendors must propose competitive pricing strategies to be considered for these extensive contracts, which cover large geographic areas.
    C1DZ--Create Ambulatory Surgery Center Minor Design - Boise 531-327
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design of a new Ambulatory Surgery Center at the Boise VA Medical Center in Idaho. The project entails a comprehensive architectural and engineering design to expand approximately 12,800 square feet to Building 88, ensuring compliance with VA standards and current building codes, particularly seismic regulations. This initiative is crucial for enhancing healthcare facilities for veterans, with an estimated construction budget ranging from $20 million to $50 million and an anticipated contract award date in February 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by September 23, 2024, and can direct inquiries to Contract Specialist Kara Evert at kara.evert@va.gov or (216) 447-8300.
    J036--Elevator Preventative Maintenance & Inspections Chillicothe
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator Preventative Maintenance and Inspections at the Chillicothe VA Medical Center in Ohio. The procurement aims to ensure compliance with safety standards and maintain operational efficiency of the elevators, which are critical for accessibility and service delivery within the facility. Interested parties are encouraged to attend scheduled site visits on September 5 and September 13, 2024, to assess the work conditions, although attendance is not mandatory for submitting a quote. Proposals must be submitted by September 19, 2024, at 15:00 Eastern Time, and inquiries can be directed to Contract Specialist Margaret K. Swetel at Margaret.Swetel@va.gov. The current contract value for similar services is approximately $275,085.55.
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Wheelchair Van Services for the Richmond Veterans Affairs Medical Center (VAMC) in Virginia. The procurement aims to ensure reliable transportation for wheelchair-bound veterans, with services required to be available 24/7, including vehicle inspections and compliance with safety standards. This initiative reflects the government's commitment to supporting veterans' mobility and healthcare needs, with a contract budget of $19 million set to span from October 1, 2024, to September 30, 2025, exclusively for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by September 19, 2024, and can contact Cleveland Wynne at cleveland.wynne@va.gov or 757-728-3182 for further information.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.