J063--Install Intercom Speakers in Onyx Clinic -w/wd Fitara Not Required POP 12/21/2025-9/30/2026
ID: 36C26226Q0145Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to install and integrate Dukane intercom speakers at the Onyx Clinic, with a contract period running from January 1, 2026, to September 30, 2026. The project involves furnishing and installing new ceiling-mounted Dukane intercom speakers and ensuring their integration with the existing Dukane Public Address system, which is crucial for effective communication within the healthcare facility. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a deadline for questions on December 12, 2025, and offers due by December 19, 2025, to be submitted via email to Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV. The NAICS code for this opportunity is 238210, and the estimated contract value is subject to the size standard of $19 million.

    Point(s) of Contact
    Jessica BrooksContract Specialist
    JESSICA.BROOKS3@VA.GOV
    Files
    Title
    Posted
    This government file, a Solicitation/Contract/Order for Commercial Products and Commercial Services (Standard Form 1449), outlines requirements for the installation and integration of Dukane speakers for the Phoenix VA Healthcare System. The solicitation, numbered 36C26226Q0145, is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 238210 (Electrical Contractors and Other Wiring Installation Contractors) and a size standard of $19 Million. Key dates include a December 12, 2025 deadline for questions and a December 19, 2025 deadline for offers, which must be submitted via email to Jessica Brooks. The contract period for the base year is January 1, 2026, to September 30, 2026. The scope of work involves furnishing and installing new ceiling-mounted Dukane intercom speakers and associated equipment in the newly remodeled Onyx space, ensuring integration with the existing Dukane Public Address (PA) system. The document also details comprehensive IT contract security provisions, emphasizing compliance with federal and VA regulations concerning information and information system security, data privacy, incident investigation, and mandatory training for contractor personnel. Invoices must be submitted electronically via the Tungsten Network upon completion of satisfactory work.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice (36C26226Q0145) for a project to install and integrate Dukane intercom speakers in the Onyx Clinic at the Phoenix VA Healthcare System in Phoenix, AZ. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), has a period of performance from December 21, 2025, to September 30, 2026. Responses are due by December 8, 2025, at 14:00 Mountain Time. The contracting office, NCO 22, can be contacted via Jessica Brooks at jessica.brooks3@va.gov.
    The provided document is a comprehensive
    The VA-FSC Vendor File Request Form (VA Form 10091) is used by the Department of Veterans Affairs to establish or update vendor records for payment processing. This form is essential for federal agencies, commercial vendors, employees, individuals, veterans, caregivers, and medical providers to register their information with the VA. It collects critical data such as VA facility details, payee/vendor type, miscellaneous actions (e.g., WINRS, Assignment of Claims), and comprehensive payee/vendor information including UEI, SSN/TIN, NPI, and small business status. The form also mandates Electronic Funds Transfer (EFT/ACH) details, requiring bank name, routing number, account number, and account type. All information collected is governed by the Privacy Act of 1974, ensuring secure transmission of payment data through the Treasury Department. Failure to provide the required information may delay or prevent payments. The form emphasizes adherence to federal regulations like FAR 4.1102 for SAM.gov registration and 31 CFR Part 208 for EFT/ACH. Normal processing time is 3-5 business days, and the form explicitly states that invoices are not accepted. Contact information for inquiries and documentation submission via secure fax is provided.
    The provided document is a revised October 2007 version of IRS Form W-9, "Request for Taxpayer Identification Number and Certification." Its primary purpose is to enable U.S. persons (including resident aliens) to provide their correct Taxpayer Identification Number (TIN) to entities required to file information returns with the IRS. This form is crucial for reporting various income types, real estate transactions, and other payments, and for certifying exemption from backup withholding. It details who needs to complete the form, how to obtain a TIN, and the conditions under which backup withholding may apply. The document also provides specific instructions for different entity types, such as sole proprietors, corporations, partnerships, and limited liability companies, regarding name and TIN entry. Penalties for failing to furnish a correct TIN or falsifying information are outlined. Additionally, it addresses considerations for nonresident aliens who become resident aliens and wish to claim tax treaty benefits. The form emphasizes the importance of providing accurate information to avoid penalties and ensure proper tax reporting.
    Similar Opportunities
    Z2DA--590-24-115 Public Address System
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 6 (NCO 6), is seeking qualified vendors for the installation of a Valcom IP600 Public Address System at the Hampton VA Medical Center as part of project 590-24-115. The procurement aims to identify sources capable of providing Brand Name or Equivalent items, specifically Valcom components, for a construction project estimated to cost between $1,000,000 and $2,000,000. This project is critical for enhancing communication systems within the facility, ensuring compliance with the necessary specifications and standards. Interested vendors must submit their responses by December 5th, 2025, at 4:30 PM EST, and direct inquiries to Contract Specialist Aaron Holmes at aaron.holmes@va.gov and Contracting Officer Madeline Lucea-Pulst at madeline.lucena-pulst@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Z1DA--Upgrade TV System IFB 553-22-209
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract to connect Post Indicator Valves (PIVs) to the fire alarm system and upgrade fire zones in Building 78 at the Bath VA Medical Center in New York. The project involves installation, testing, and commissioning services to enhance fire alarm systems, including the integration of PIV supervision, installation of bollard protection, and the expansion of fire alarm zoning from one to eleven zones with voice alarms in living areas. This initiative is critical for ensuring the safety and compliance of the facility, which serves as a nursing home for veterans. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 180 days from the Notice to Proceed. Interested contractors must register in SAM, verify their Service-Disabled Veteran-Owned Small Business status, and submit bids by December 22, 2025, with a mandatory pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    J059--Video Camera and Fiber Cable Installation Bedford VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide installation services for a video camera and fiber cable at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE network camera in the chapel and the integration of its audio/video feed into the facility's digital cable broadcast system, including the installation of fiber optic cable between Building 81 (chapel) and Building 3 (server room/video distribution head end). This procurement is critical for enhancing the chapel's broadcast capabilities while ensuring minimal disruption to the medical center's operations. Interested parties must submit their quotes by December 12, 2025, at 12 PM EST, and are encouraged to attend a site visit on December 3, 2025, with questions due by December 5, 2025. For further inquiries, contact Carissa Sarazin at carissa.sarazin@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    36C255-26-AP-0662 CAT6a Cable Pull - KC VAMC
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a CAT6a Cable Pull project at the Kansas City Veterans Affairs Medical Center (VAMC). The project involves the installation of approximately 800 Cat6a cables over a five-year period, requiring compliance with stringent infection control protocols, fire safety regulations, and industry standards, including the demolition of existing cables and installation of new ones with necessary infrastructure. This initiative is critical for enhancing the hospital's telecommunications capabilities, ensuring reliable connectivity for medical services. Interested contractors must respond by December 11, 2025, providing company information, UEI, and FSS contract details, and can contact Teresa Cabanting at teresa.cabanting@va.gov or 913-946-1976 for further inquiries.