J035--AMEND#2 Q&A-EXTEND QUOTES | 688-26-1-478-0011 | Auto Doors | DC VAMC | BASE 4
ID: 36C24526Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    The Department of Veterans Affairs is seeking quotes for a contract related to automatic door services at the Washington DC Veterans Affairs Medical Center (VAMC). This procurement includes preventative maintenance, repairs, replacements, and installations of automatic doors, with a focus on ensuring operational efficiency and safety at the facility. The contract will cover a base year and four option years, starting November 1, 2025, and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested vendors must submit their quotes by November 7, 2025, at 10:00 AM EST, and can direct inquiries to John Ritter at JOHN.RITTER2@VA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J061--REQUEST FOR QUOTES ELECTRICAL REPAIR AND SERVICE BPA WASHINGTON DC VA MEDICAL CENTER
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Blanket Purchase Agreement (BPA) for electrical repair and service at the Washington DC VA Medical Center, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to establish a reliable source for maintenance and repair services for low and medium voltage electrical systems, including emergency and after-hours repairs, ensuring compliance with VA regulations and safety standards. This BPA, valued at less than $5,000,000, will cover a five-year period, with task orders issued on a firm-fixed-price basis, and requires contractors to be licensed in Washington D.C. Interested parties must submit their quotes by January 5, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov.
    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.
    J065--Patient Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services for the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to perform semi-annual inspections, annual preventive maintenance, and annual load testing on approximately 500 patient lift systems across multiple facilities, including the Malcom Randall and Lake City VA Medical Centers. This maintenance is crucial for ensuring the safety and reliability of patient handling equipment, which plays a vital role in the care of veterans. Quotes are due by December 9, 2025, at 16:00 EST, and questions must be submitted by November 24, 2025, to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    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.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    J059--Elevator Preventive Maintenance and Repair Service Contract Beckley VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator preventive maintenance and repair services at the Beckley Veterans Affairs Medical Center (VAMC) in West Virginia. The procurement includes a fixed-price Blanket Purchase Agreement (BPA) for comprehensive services covering eight passenger elevators, one freight elevator, and one cartlift, with requirements for preventive maintenance, emergency repairs, and adherence to industry safety standards. This contract is crucial for ensuring the continuous operation and safety of elevator systems within the facility, emphasizing the need for qualified on-site mechanics and timely response to service requests. Interested parties must submit their quotes by December 11, 2025, at 9:00 AM EST, and are required to address subcontracting inquiries as outlined in the associated documents. For further information, contact Trever Turcotte at Trever.Turcotte@va.gov or by phone at 304-263-0811.
    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.
    J073--Kitchen Preventative Maintenance Baltimore-Loch Raven-Perry Pt VAMC Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a kitchen preventative maintenance contract at the Baltimore, Loch Raven, and Perry Point Veterans Affairs Medical Centers (VAMCs) in Maryland. This contract, designated as a Request for Quote (RFQ), includes a base year plus four option years, covering planned preventative maintenance and unscheduled repairs for various kitchen equipment, including ovens, refrigerators, and dishwashers. The services are critical for ensuring the operational efficiency and safety of kitchen facilities that serve veterans. Interested contractors must submit their quotes by December 12, 2025, with inquiries and site visit requests due by December 1, 2025. For further information, contact Contract Specialist Patricia Thai at Patricia.Thai@va.gov.