This document is an amendment to a previous combined solicitation, reference number 36C24526Q0031, for automatic door routine inspection and repair services at the DC VAMC (Department of Veterans Affairs Medical Center). The amendment, titled "Q&A-EXTEND QUOTES Auto Doors DC VAMC | BASE 4," provides updated information including questions and answers and an extension of the quote response date to October 31, 2025, at 9:00 AM Eastern Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561210. The contracting office is located in Baltimore, MD, and the place of performance is Washington D.C. John Ritter is the point of contact. Additional attached documents contain the Q&A and a description of the services required.
Amendment #2 to Solicitation 36C24526Q0031 for Auto Doors at the DC VAMC extends the quote response date and includes Q&A. This combined solicitation, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), is managed by the Department of Veterans Affairs. The amendment specifies a new response date of November 7, 2025, at 10:00 AM Eastern Time. The contracting office is in Baltimore, MD, and the place of performance is the Department of Veterans Affairs VAMC 688 in Washington, DC. The primary contact for this amendment is John Ritter. This update is critical for vendors interested in providing auto door services to the DC VAMC.
This Combined Synopsis/Solicitation Notice, 36C24526Q0031, is an RFP for automatic door repair services at the DC VAMC. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of October 28, 2025, at 10:00 AM Eastern Time. The contracting office is the Department of Veterans Affairs, located in Baltimore, MD, and the point of contact is John Ritter. The place of performance is the Department of Veterans Affairs, DC VAMC, at 50 IRVING NE, Washington D.C. 20001. The notice includes attached documents detailing the scope of work, a campus map, and wage determinations.
This document is Amendment #1 to Solicitation Number 36C24526Q0031, issued by the Department of Veterans Affairs. It extends the deadline for offers to October 31, 2025, at 9:00 AM EDT. Key changes include designating the Request for Quotation (RFQ) as a 100% Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and the release of Questions and Answers. The solicitation is for monthly preventative maintenance inspections of auto doors, auto door replacement, repair, installation, and emergency repair labor. The contract period includes a base year from November 1, 2025, to October 31, 2026, and four option years, extending services until October 31, 2030. The principal NAICS code is 561210 (Facilities Support Services), and the product/service code is J035 (Maintenance, Repair, and Rebuilding of Equipment - Service and Trade Equipment). Quotes must be emailed to John.Ritter2@va.gov.
Amendment #2 to solicitation 36C24526Q0031 from the Department of Veterans Affairs extends the quote submission deadline to November 7, 2025, at 10:00 AM EST. This amendment updates the schedule with new language and includes responses to questions. The solicitation is for automatic door preventative maintenance, repairs, replacements, and installations, including emergency labor services, at a VAMC facility. The contract includes a base year and four option years, with services covering monthly preventative maintenance inspections, auto door replacement/repair/installation, and emergency repair labor. Quotes must be sent to JOHN.RITTER2@VA.GOV.
This document is a campus map of a facility, likely a hospital or medical center, given the presence of a "Main Hospital Bldg. 01" and "Clinical Research Center Bldg. 14." The map details various buildings, parking lots (Lot 1 through Lot 10, including specific employee and government vehicle parking), and key entrances such as the Main Entrance, EMS Entrance, North Entry, and South Entry. It also identifies other facilities like the Admin. Office Bldg. 17, Fisher House Bldg. 16, Research Bldg. 04, and La Petite Day Care. Additionally, the map shows traffic flow (one-way), a valet drop-off, and a VA Shuttle Bus route. The primary purpose of this document is to provide navigational information for visitors and staff within the campus, outlining the layout of its facilities and parking areas.
The government file "RFQ - QUESTIONS AND ANSWERS - AUTO DOORS DC VAMC" outlines a contract for automatic door services at the DC VAMC, emphasizing comprehensive coverage for repairs, preventative maintenance, and new installations. The contract aims to streamline processes by including labor and materials for repairs, estimated at 125 routine and 6 emergency repairs annually. It also covers 9-11 new installations/reconfigurations yearly and replacements of obsolete components. A key requirement is a comprehensive initial door inspection to create a list for quarterly preventative maintenance (PMs), replacing the previous annual PMs to ensure better accountability and prevent failures. The contract also mandates the contractor to provide hourly rates for various services and explicitly states that all necessary parts are billable within an established allowance. Electrical work for replacements will be handled in-house. The document stresses the importance of continuously updating the door inventory and clarifies that repairs up to $2500 require approval.
This government solicitation (36C24526Q0031) from the Department of Veterans Affairs outlines requirements for the maintenance, repair, and upgrade of automatic doors at the Washington DC VA Medical Center. The contract covers monthly preventative maintenance, auto door replacement/repair/installation, and emergency repair labor for a base year and four option years, starting November 1, 2025. Key requirements include contractor and technician certification by the American Association of Automatic Door Manufacturers (AAADM), adherence to commercial industry standards, federal, state, and local codes, and a maximum cost of $2,500 per service call without prior government approval. The document details contract administration, invoicing procedures, a comprehensive list of doors to be serviced, and various safety and security regulations, including compliance with OSHA and NFPA standards.