J063--Top Door Alarm Services
ID: 36C25626Q0211Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

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

    The Department of Veterans Affairs, specifically the Gulf Coast Veterans Health Care System, is seeking proposals for the provision of Top Door Alarm Services under solicitation number 36C25626Q0211. The contractor will be responsible for performing semiannual preventative maintenance and certification testing of the Top Door Alarm System in the In-Patient Mental Health Unit, which includes inspections, functional testing, calibration, minor repairs, documentation, and training for staff. This contract is crucial for maintaining the safety and security of the facility, ensuring compliance with performance standards and quality levels. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by January 9, 2026, at 10:00 AM CT, and are required to be registered in the SAM database and complete necessary certifications. For further inquiries, contact D. Rene' Impey at rene.impey@va.gov.

    Point(s) of Contact
    D. Rene' ImpeyContracting Officer
    (228) 523-4747
    rene.impey@va.gov
    Files
    Title
    Posted
    The Gulf Coast Veterans Health Care System (GCVHCS) is soliciting proposals for Top Door Alarm Services. This Request for Quotation (RFQ) 36C25626Q0211 is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and will be a firm-fixed-price contract. The selected contractor will perform semiannual preventative maintenance and certification testing of the Top Door Alarm System in the In-Patient Mental Health Unit. This includes inspection, functional testing, calibration, minor repairs, documentation, and associated training. The contract period is from January 12, 2026, to September 30, 2026, with four 12-month option periods. Offerors must be registered in SAM, SBA VetCert, and Vet 4212. Questions must be submitted in writing to D. Rene' Impey at rene.impey@va.gov by January 5, 2026, 10:00 AM CT. The solicitation closes on January 9, 2026, at 10:00 AM CT.
    This government solicitation, 36C25626Q0211, from the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, is for preventative maintenance and inspection services of Top Door Alarm Systems in the In-Patient Mental Health Unit (Building 25) at the Biloxi, MS campus. The contract includes a base year (January to September 2026) and four one-year option periods. Services involve semiannual inspections, functional testing, calibration, minor repairs, documentation, and refresher training for staff. Key requirements include OEM-certified lead technicians, safety observers, and specific deliverables such as room test sheets and a summary matrix. The solicitation emphasizes compliance with various FAR and VAAR clauses, including restrictions on subcontracting (50% for services for certified SDVOSBs/VOSBs) and prohibitions on certain foreign-sourced technology (e.g., Kaspersky Lab, Huawei, ZTE, and specific unmanned aircraft systems). Invoices are to be submitted semi-annually and electronically. All questions are due by January 5, 2026, and responses by January 9, 2026.
    The document,
    The Past Performance Questionnaire (Attachment B) is a critical document for evaluating contractor performance in government solicitations. Due by January 9, 2026, at 10:00 AM CT, it requires evaluators to assess a contractor's past work based on categories such as Quality of Service, Timeliness of Performance, Business Relations, and Management of Key Personnel. Each category uses a six-point rating scale (Outstanding, Excellent, Satisfactory, Neutral, Marginal, Unsatisfactory) to determine confidence levels in future performance. The questionnaire gathers detailed information on previous contracts to establish relevancy and recency, including contract number, type, award date, period of performance, dollar amount, and a brief scope description. Respondents are encouraged to provide handwritten remarks and should return the completed form via email to rene.impey@va.gov. This evaluation ensures a comprehensive assessment of an offeror's ability to successfully perform the required effort, serving as a vital tool for informed decision-making in federal, state, and local government procurements.
    The Quality Assurance Surveillance Plan (QASP) for the Top Door Alarm Services outlines the systematic methods used by the government to monitor contractor performance. Its purpose is to ensure the contractor meets the performance standards and quality levels defined in the Statement of Work (SOW) and the contractor's Quality Control Plan (QCP), ensuring payment for services received. The QASP details roles and responsibilities, performance objectives, monitoring methodologies, and documentation requirements. It emphasizes a performance-based management approach, focusing on outcomes rather than compliance with processes, allowing contractors flexibility for continuous improvement. The Contracting Officer (CO) and Contracting Officer's Representative (COR) are key roles in contract administration and performance surveillance. Monitoring methods include random and 100% inspections, along with customer feedback. Performance is evaluated against Acceptable Quality Levels (AQLs), with incentives for exceeding and deductions for failing to meet standards. The QASP also describes the documentation process using monitoring forms and the analysis of assessment results to ensure the contractor meets stated objectives.
    This amendment to Solicitation Number 36C25626Q0211, issued by the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, addresses questions received regarding the Top Door Alarm services. The closing date for proposals remains January 9, 2026, at 10:00 a.m. CT, and no further questions will be entertained. All proposals must be submitted via email to rene.impey@va.gov by the specified deadline. This is a new contract; the previous contract was with D. H. Pace Company, Inc., Contract # 36C25621P0510. No other changes have been made to the solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Annual Inspection, Weight Testing, Maintenance, & Certification for (facility wide) Guldmann & Amico Patient Overhead Ceiling Lift System, Gulf Coast Veterans Health Care System, Engineering Service, 400 Veterans Avenue, Biloxi, MS 39531
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide annual inspection, weight testing, maintenance, and certification for the Guldmann & Amico Patient Overhead Ceiling Lift Systems at the Gulf Coast Veterans Health Care System in Biloxi, Mississippi. The procurement includes a base year from February 1, 2026, to September 30, 2026, with four additional option years, and services must be performed during normal business hours across multiple locations within the facility. These services are critical for ensuring the safety and operational efficiency of patient handling equipment, adhering to OEM standards and various regulatory requirements. Interested parties should contact C. Robert Oravetz at christopher.oravetz@va.gov, with offers due by 15:00 EST on January 15, 2026, as outlined in Solicitation Number 36C25626Q0277.
    J042--Fire and Electric Doors PM and Repairs 612-26-2-6133-0027
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to provide maintenance and repair services for automatic and fire-rated pedestrian doors at various locations within the VA Northern California Health Care System. The procurement aims to ensure compliance with federal, state, and VA fire/life safety codes through comprehensive inspection, preventive maintenance, and emergency repair services for door components, requiring adherence to ANSI/BHMA, NFPA, and California Building and Fire Codes. Interested parties must submit their capability information, including business size, socio-economic status, bonding capability, and relevant experience, to the Contract Specialist, Edwin Rivera, at edwin.rivera@va.gov by 12:00 PM PDT on January 19, 2026, as this notice is for market research purposes only and does not constitute a solicitation.
    R699--Relocation Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Relocation Service Contract under solicitation number 36C24726R0007, specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contract encompasses relocation and reconfiguration services for the Atlanta VA Health Care System and its associated clinics, including tasks such as receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment within a 50-mile radius of Decatur, Georgia. This contract, valued at approximately $34 million, will be awarded for a base year with four option years, emphasizing the importance of compliance with strict security and privacy requirements. Interested parties must submit their proposals by January 9, 2026, at 11 AM EST, and can contact Gail Bargaineer at Gail.Bargaineer2@va.gov or 404-321-6069 for further information.
    Z1DA--FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Design-Build (DB) project to replace fire barrier doors at Buildings 32 and 38 of the James A. Haley VA Hospital in Tampa, Florida. The project involves replacing two drop-down fire doors with fire-rated swing double doors, requiring comprehensive services including site investigation, design, demolition, construction, and installation, all adhering to strict safety and compliance standards. This procurement is particularly significant as it enhances fire safety measures within a high-traffic medical facility, ensuring the protection of both patients and staff. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by February 16, 2026, following a mandatory site visit on January 16, 2026, with an estimated contract value between $150,000 and $200,000. For further inquiries, contact David M. Hernandez at David.Hernandez1@va.gov or by phone at (813) 893-3904.
    N063--WEAPONS DETECTION SYSTEM - Base plus 2 OY [605] | POP: 02/01/2026 - 01/31/2029
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSBC) to provide a subscription and maintenance agreement for an Evolv Weapons Detection System (WDS) at the VA Loma Linda Healthcare System. The contract, structured with a base year and two option years from February 1, 2026, to January 31, 2029, requires comprehensive maintenance, repairs, and updates for five designated entrances to ensure the system's operational integrity and effectiveness in enhancing security measures. Interested vendors must employ Evolv-certified technicians, operate within 50 miles of the facility, and adhere to strict communication and safety protocols. Quotes are due by January 14, 2026, and should be submitted to Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting quotes from Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors for the procurement and installation of Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Healthcare System, Cottage 72 Activation. The project entails replacing existing patient lifts with new, higher-capacity ceiling lifts, which are critical for enhancing patient mobility and safety within the facility. Interested contractors must attend a mandatory site visit on January 7, 2026, and submit their quotes by 9:00 a.m. on January 22, 2026. For further inquiries, contractors can contact Chellry A. Whittier at chellry.whittier@va.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    H961--Triennial Electrical Power Distribution System Testing Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Triennial Electrical Power Distribution System Testing Services at the Tuscaloosa VA Medical Center in Alabama. This firm-fixed-price contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are verified in the VetCert database and registered in SAM.gov, requiring contractors to have NETA or equivalent certification, OSHA safety training, and a minimum of five years of experience in electrical system maintenance for healthcare facilities. The services include comprehensive triennial inspections, testing, and maintenance of electrical distribution equipment, compliance with NFPA, NETA, OSHA, and VA standards, and the submission of a detailed report within seven days of service completion. Interested contractors must submit their quotes by January 15, 2025, and direct any questions to Contract Specialist Jessica Cummings at Jessica.Cummings3@va.gov by January 9, 2025.
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is critical for ensuring the reliability and safety of the electrical distribution system, which includes comprehensive testing of switchgear, transformers, and automatic transfer switches. Proposals are now due by January 20, 2026, at 10:00 AM PST, and interested parties should contact Contract Specialist Alan C Perez at alan.perez@va.gov for further information.