Anti-Barricade Doors
ID: 36C26025R0046Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the procurement and installation of eight anti-barricade doors at the Spokane VA Medical Center, aimed at enhancing safety within its psychiatric department. The project includes the installation of doors that swing into the room to prevent barricading, along with the recertification of the existing alarm system, ensuring compliance with safety standards such as NFPA, UL, and OSHA. This initiative is critical for improving the safety and functionality of mental health facilities, with a project budget estimated between $25,000 and $100,000. Interested small businesses must submit their proposals electronically by February 24, 2025, and can direct inquiries to Contracting Officer Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.

    Point(s) of Contact
    Derek CrockettContracting Officer
    (360) 816-2760
    derek.crockett@va.gov
    Files
    Title
    Posted
    The presolicitation notice pertains to the procurement and installation of eight Anti-Barricade Doors and the recertification of an alarm system at the Spokane VA Medical Center in Washington. This construction project, identified under solicitation number 36C26025R0046, is expected to have a budget between $25,000 and $100,000. The Government plans to issue a Request for Proposals (RFP) around January 10, 2025, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Details regarding the project scope will be provided in the forthcoming solicitation documents. The notice includes contact information for the Contracting Officer, Derek Crockett, and mentions that responses will be archived 60 days after the deadline. Overall, this notice serves as an early announcement for prospective bidders about an upcoming contracting opportunity with the Department of Veterans Affairs, emphasizing the importance of engaging qualified small businesses in government projects.
    The document outlines a solicitation (36C26025R0046) from the Network Contracting Office 20 for the provision and installation of eight anti-barricade doors at the Spokane VA Medical Center. The project budget is estimated between $25,000 and $100,000. It includes instructions for submitting proposals, highlighting the need for performance and payment bonds, and emphasizes that it's a total small business set-aside. Proposals must be submitted electronically by February 24, 2025, with inquiries directed to the designated point of contact by February 13, 2025. Evaluation criteria will include technical conformance, past performance, and price, with an emphasis on best value procurement processes. The document also contains mandatory clauses regarding equal employment opportunity, compliance with the Buy American Act, and various certifications required from bidders. An organized site visit will be scheduled, but questions will not be answered onsite, emphasizing the importance of adhering to communication protocols during the solicitation process. This procurement reflects the government’s effort to engage small businesses effectively while ensuring compliance with federal regulations regarding construction projects.
    This document serves as an amendment to solicitation number 36C26025R0046, issued by Network Contracting Office 20, addressing queries from potential contractors regarding a project involving door installations at a VA facility. The amendment specifies that contractors must manage their own delivery logistics, with on-site storage provided during the project. It reaffirms the contractor's responsibility for alarm system recertification in conjunction with existing systems. Personal protective equipment (PPE) requirements are clarified, stating that while OSHA standards must be followed, BLS PPE is not mandated. Additionally, contractors are informed about restroom access and the special order lead time for doors and doorframes, encouraging submissions that address project timelines. The document confirms this is a new contract, classified under a small business set-aside, allowing SDVOSB and other small business proposals. Queries about subcontracting limitations are clarified, underscoring compliance with the stated conditions. The focus remains on ensuring compliance with terms and specifications, emphasizing technical conformance, past performance, and pricing in the proposal evaluation process. Overall, the amendment maintains all previous contract terms while providing necessary clarifications for interested bidders.
    The Spokane VA Medical Center requires the procurement and installation of eight anti-barricade doors for its psychiatric department to enhance inpatient mental healthcare. The contractor will need to provide all necessary labor and materials, and re-certify the existing top-door alarm system upon completion. Compliance with various safety standards such as NFPA, UL, OSHA, and VA is mandatory. The doors must swing into the room, preventing patients from barricading themselves, and must utilize existing hardware while meeting anti-ligature certification standards. The project entails removal of existing structures, ensuring construction security, and adherence to strict installation procedures. Additional features include keyed access controls and tamper-resistant hardware. Installation shall occur during normal business hours and all work must be documented. The contractor will be responsible for any needed corrections to discrepancies identified by the VA’s representative after completion. The summary also emphasizes the importance of safety and security throughout the process, with no access to sensitive VA information required by contractor employees. Ultimately, the purpose of this project is to improve safety and functionality within the Spokane VA Medical Center's facilities for mental health patients.
    The Spokane VA Medical Center is conducting a site visit for contractors interested in the procurement, installation, and recertification of anti-barricade doors and alarm systems. Scheduled for February 4, 2025, from 08:00 to 13:00 PST, the visit aims to allow offerors a firsthand look at the site and relevant equipment, improving their understanding for proposal submissions. However, it is strictly a viewing opportunity; attendees are prohibited from handling equipment or asking questions during the visit. Contractors must register their attendees in advance and adhere to PPE requirements specific to a BSL3 laboratory environment. The document emphasizes that attendance is not mandatory, nor will alternative dates or summaries of the visit be provided for those unable to attend. Access is restricted and must be prearranged, reinforcing the importance of punctuality and compliance with safety protocols. For inquiries, specific contacts are designated for site visit-related questions versus solicitation-related ones, ensuring clear channels of communication.
    The document specifies wage determinations applicable to building construction projects in Spokane County, Washington, under the Davis-Bacon Act. It outlines requirements for contractors regarding minimum wage rates, influenced by Executive Orders 14026 and 13658, effective for contracts entered into or renewed on or after specified dates. Contractors are obliged to pay workers at least $17.20 per hour for 2024 or the higher applicable rate. The document lists various job classifications, their corresponding wage rates, and fringe benefits. Additionally, it addresses the provision of paid sick leave for employees under Executive Order 13706. The appeals process for wage determination disputes is outlined, detailing the steps for interested parties to seek review from the Wage and Hour Administrator or the Administrative Review Board. This information is vital for compliance in federal and local construction contracts, ensuring fair wages and worker protections.
    The document is a campus map for the Mann-Grandstaff VA Medical Center in Spokane, detailing various buildings and their functions. It highlights key facilities, including the main hospital building, outpatient clinics, specialty care services, mental health resources, and support structures like the utility plant and logistics admin areas. Each building is assigned a specific number for easy identification, with designated programming such as engineering, pharmacy, and rehabilitation services. The map serves as a resource for navigation and understanding the layout of critical services provided within the VA Medical Center. It implies the systematic organization of healthcare services aimed at facilitating efficient access for veterans and the public. The document reflects the government's commitment to providing comprehensive care through well-structured facilities and support services within the VA system.
    The document outlines a series of federal and state RFPs (Requests for Proposals) aimed at soliciting bids for various public service projects. The primary goal is to secure funding and expertise to enhance community development and infrastructure. Key areas of focus include improving educational programs, environmental sustainability initiatives, and public health systems. The RFPs emphasize the need for innovative solutions from vendors, detailing specific eligibility criteria, submission guidelines, and evaluation metrics. Competitive bidding is intended to foster cost-effective approaches while ensuring transparency and accountability in the funding process. Each RFP underscores the importance of collaboration between federal, state, and local entities, reflecting a comprehensive strategy to address multifaceted community needs. The document serves as a critical resource for potential bidders, guiding them on requirements and expectations for successful proposals. Consequently, it plays a vital role in promoting community progress through strategic partnerships and targeted investments in public services.
    The document presents the "Buy American Certificate," which instructs offerors to certify that their products are domestic end products, with specific criteria outlined for foreign end products. Key provisions require the identification of foreign end products manufactured in the U.S. that do not qualify, while noting domestic content percentages where applicable. Offerors must list domestic end products containing critical components and follow the definitions provided in the associated solicitation clause. The government's evaluation of offers will adhere to established policies from the Federal Acquisition Regulation. This certificate is vital in ensuring compliance with Buy American requirements and encouraging the use of domestic goods in federal procurement processes.
    The document outlines the requirements for Offeror Past Performance References in the context of government RFPs (Requests for Proposals). Offerors are required to provide contact details for references who can verify their past performance in relevant projects. If the offeror has no past performance, they must indicate this explicitly. The references must be reachable; otherwise, inaccessible references may lead to disqualification and a neutral performance rating. For each reference, the offeror must include the project name, contact point, phone number, email address, and the relevance of the project to the current RFP requirements. This process emphasizes the importance of verifiable past performance as a criterion for evaluating potential contractors, ensuring that only qualified offerors are considered for federal, state, or local procurement opportunities.
    The government solicitation outlines the parameters for a fixed-price contract focused on the installation and alarm re-certification of anti-barricade doors. It emphasizes compliance with Federal Acquisition Regulation (FAR) procedures, particularly in the accurate completion of pricing schedules. The document delineates the structure of the Proposal Price Schedule, which categorizes various tasks under the construction industry's division breakdown. Key areas include general requirements for investigation, demolition, construction security, and overhead costs, which are treated interchangeably. Proposals must be fully completed, with any non-applicable items marked as such to avoid noncompliance. The proposal includes specific items such as the procurement and installation of anti-barricade doors, all of which must be priced accurately according to the outlined standards. This initiative is indicative of the government’s ongoing commitment to enhancing facility security through contractor-driven construction services.
    This document outlines the general requirements for Project 668-25-104, which involves replacing APU doors at a VA Medical Center. The contractor is tasked with site preparation, demolition, and installation, adhering to safety and security guidelines. Key provisions include site access control, proper handling of sensitive information, and compliance with VA's security management. The contractor must submit a security plan detailing procedures and is responsible for maintaining document control to protect sensitive data. It emphasizes the importance of operational continuity for the Medical Center, requiring careful scheduling and coordination of construction activities to minimize disruption. Utilities must remain functional, and any interruptions planned must be communicated well in advance. Protective measures are mandated for existing structures and equipment during construction, ensuring that all work is executed with minimal interference to ongoing medical services. Warranties for completed work are emphasized, necessitating a warranty management plan, and detailing response procedures for construction warranty issues. The document calls for maintaining as-built drawings and providing maintenance manuals upon project completion, ensuring all systems are functional and meet specified requirements. Overall, this summary demonstrates the complexities and regulatory compliance necessary for government contracts regarding healthcare infrastructure improvements.
    The document outlines design amendments to the VA Master Specifications for the Mann-Grandstaff VA Medical Center, detailing changes to be implemented in construction projects. Key revisions include the removal of sole-source product references, the promotion of competitive bidding for products, and detailed specifications for various materials and construction elements. Significant changes address construction materials and installation methods, such as the use of specific fire-stopping materials, roofing requirements, door specifications, and plumbing fixture standards. Electrical and HVAC systems are also elaborated upon, emphasizing energy efficiency, compatibility with existing systems, and adherence to safety and regulatory codes. These amendments reflect the VA's commitment to enhancing facility standards while ensuring compliance with federal guidelines and local regulations. The comprehensive and meticulous updates included in this document ensure that contractors and architects have clear and precise guidelines for achieving optimal performance, safety, and quality in the renovations and construction at the medical center.
    The document details design amendments to the VA Master Specifications and Drawings specifically for the Mann-Grandstaff VA Medical Center, emphasizing compliance with federal standards and local codes. Key changes include the elimination of sole-sourcing references, encouragement of specific materials like fly-ash in concrete, and detailing requirements for roofing, firestopping, door hardware, and various construction materials. Specifications include precise guidelines for materials, such as white roofing, specific manufacturers for firestopping materials, and standards for wood doors. It also stipulates HVAC and plumbing requirements, including the type of valves and pumps, and standards for electrical systems that align with safety regulations. The architectural section outlines site preparation, room numbering, and specific accessibility features for patient areas, emphasizing the importance of privacy and security in design. All changes aim to enhance the functionality and safety of the medical center while ensuring adherence to VA regulations. This document serves as a comprehensive guide for contractors involved in upcoming renovation projects, aligning with government RFP protocols and federal grant requirements.
    Lifecycle
    Title
    Type
    Anti-Barricade Doors
    Currently viewing
    Solicitation
    Similar Opportunities
    Z1DA--Fire and Storage Room Doors
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement and upgrade of fire and storage room doors at the Charles George VA Medical Center in Asheville, North Carolina. This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, has an estimated budget between $500,000 and $1,000,000 and requires contractors to provide all necessary materials, labor, and equipment for the complete execution of the work. The importance of this procurement lies in enhancing safety and compliance within the facility, ensuring that all upgrades meet federal, state, and local regulations. Interested contractors must submit their bids electronically by March 13, 2025, and are encouraged to contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov for further information.
    Z1DA--Repair Fire Doors Project #565-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Repair Fire Doors Project (565-25-101) at the Fayetteville VA Medical Center in North Carolina. This project involves the repair and certification of fire and smoke doors in Buildings 1 and 3, requiring specialized labor, including electricians and door specialists, to comply with VA construction specifications and infection control protocols. The initiative is crucial for maintaining safety standards and ensuring the facility meets health requirements, with an anticipated construction cost between $25,000 and $100,000 and a performance period of approximately 150 days. Interested contractors must respond by March 6, 2025, providing relevant company details and experience, and can contact Contract Specialist Elaine Belber at Elaine.Belber@va.gov for further inquiries.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    J012--Fire Door Replacement - Garland
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a Fire Door Replacement project at the Garland VA Medical Center in Garland, Texas. The procurement requires the contractor to provide labor, supervision, and materials to replace and install fire doors, ensuring that all materials are new, defect-free, and free of asbestos, while adhering to safety regulations and maintaining operational integrity during the project. This initiative is crucial for enhancing fire safety measures within the facility, and the estimated period of performance is 120 days following the award. Interested vendors should contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or call 254-922-1975 for further engagement, with responses due by March 5, 2025, at 10 AM Central Time.
    Z1DA--Correct SPS Ceiling System Finding 506-25-502
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center in Michigan. The project entails the complete removal and replacement of the existing Acoustical Lay-in ceiling system with a suspended gypsum board ceiling, requiring contractors to manage all labor and materials while ensuring minimal disruption to medical center operations during renovations. This initiative is crucial for enhancing healthcare facilities and maintaining high standards of patient care, with an estimated construction cost between $500,000 and $1,000,000. Proposals are due by 14:00 EDT on March 19, 2025, and interested contractors should direct inquiries to Arter E. Sweatman at Arter.Sweatman@va.gov.
    Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project No. 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a completion timeline of 540 calendar days from the Notice to Proceed. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Interested bidders must submit their electronic proposals by February 25, 2025, with a bid opening scheduled for February 26, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    Y1DB--CON 663-CSI-021 Renovation Bldg-100 for IR Lab(Tier 1) VA Pugent Sound Health Care - Seattle Division Seattle, WA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 100's second floor at the VA Puget Sound Health Care System in Seattle, Washington, specifically for the Interventional Radiology (IR) Lab Replacement project. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations including demolition, structural upgrades, and the installation of new imaging equipment, with an estimated cost range between $500,000 and $1,000,000. The project is critical for enhancing healthcare services and ensuring compliance with safety and operational standards within the facility. Proposals are due by February 28, 2025, and inquiries must be submitted by January 31, 2025; interested parties should contact Kenneth R. Winfield at KENNETH.WINFIELD@VA.GOV for further details.
    N045--Replace Fire and Smoke Dampers
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of fire and smoke dampers at the Asheville VA Medical Center in North Carolina. This project involves the removal of approximately 64 old dampers and the installation of around 66 new ones in Building 47, with a focus on adhering to safety and compliance standards throughout the construction process. The initiative is crucial for enhancing the safety infrastructure of the medical facility, ensuring minimal disruption to ongoing operations while maintaining high standards of patient care. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by March 6, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov. The estimated project budget ranges from $500,000 to $1,000,000.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and tools for the installation of a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, as well as adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, following a site visit scheduled for February 27, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, to create an 830 square-foot facility that meets VA Physical Security requirements. The contract is estimated to be valued between $1 million and $2 million, with a completion period of 330 calendar days, and proposals for Phase I are due by March 20, 2025, following a site visit on February 20, 2025. Interested contractors should contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.