Amendment 0003 for solicitation 36C26225Q0038, issued by the Department of Veterans Affairs, extends the offer due date for the Installation of Elevator Access Control System for the San Diego VA Medical Center. The new offer due date is November 21, 2025, at 12:00 PM PST. This amendment also includes responses to questions from potential offerors. The procurement, under NAICS code 561621, seeks a one-year, Firm-Fixed-Price contract for Hirsch Access Reader Installation in Elevator Cabs, with a period of performance from December 1, 2025, to November 30, 2026. All inquiries and offers must be submitted via email to Charity.Cazee@va.gov, and direct contact with VA Medical Center employees regarding this RFQ is prohibited.
This document, 36C26226Q0038, addresses frequently asked questions regarding an access control system installation project within an elevator system, likely for a federal government Request for Proposal (RFP). Key points clarify that the awardee will be responsible for contracting elevator technicians for assistance, as the VA San Diego will not provide one. The system exclusively uses Hirsch equipment, and Scramble Pad readers will be installed inside nine elevator cabs to provide authorized personnel with PIV access to the 6th floor. All programming for the Velocity software integration with the VA San Diego Police will be handled by the awardee, with the project start date to be determined at a kickoff meeting.
The Department of Veterans Affairs has issued Amendment P00002 to Solicitation 36C26225Q0038 for the VA San Diego Healthcare System Hirsch Access Reader Installation in Elevator Cabs. This amendment extends the offer due date to November 17, 2025, at 5:00 PM (PST) and reschedules a mandatory site visit for November 14, 2025, at 10:30 AM (PST) at the SDVAMC Main Lobby. The purpose of this Request for Quote is to establish a one-year, Firm-Fixed-Price contract from December 1, 2025, to November 30, 2026. All questions must be directed to the Contracting Officer, Charity Cazee, by November 15, 2025, at 5:00 PM (PST).
This is a combined synopsis/solicitation (RFQ) from the Department of Veterans Affairs, specifically Network Contracting Office 7, for the installation of an Elevator Access Control System at the San Diego VA Medical Center. The solicitation number is 36C26226Q0038, with a NAICS code of 561621 ($25.0 Million small business size standard) and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Questions regarding the RFQ must be submitted via email to Charity.Cazee@va.gov by November 3, 2025, 12 AM PST. Offers are due by November 7, 2025, 12 AM PST, also via email to Charity.Cazee@va.gov. The contract will be a one-year, Firm-Fixed-Price agreement for the period of November 15, 2025, to November 14, 2026. This notice emphasizes that all inquiries must go through the Contracting Officer, Charity Cazee, and direct contact with VA Medical Center employees is prohibited.
This document addresses additional questions and answers related to an RFP with an offer due date of November 21, 2025, focusing on elevator system upgrades. Key areas covered include the provision of as-built drawings, prevailing wage requirements (Davis Bacon), and detailed power specifications for Mx-1 panels. The project scope specifically includes elevators P-1, P-2, P-4, P-5, P-6, S-1, S-2, S-3, S-4, while excluding P-3. Cabling standards specify Cat6A with an estimated distance of 250 feet and T568A/B termination, requiring Panduit Mini-Com TX6 Plus UTP RJ45 TG Jack Modules. Software requirements include Velocity Version 3.8.4, with VA Police assisting with user group creation and temporary administrative credentials. The awardee is responsible for all programming. Asbestos certification requires 16-hour operations and maintenance certificates, with no abatement zones scheduled. The project explicitly excludes service calls but mandates a one-year warranty for service and equipment. Closeout documentation includes an in-service system installation survey and overview for Healthcare Technology Management staff.
This document, "VENDOR INFORMATION," is a comprehensive form for collecting essential data from vendors seeking to do business with a federal government entity, likely the VA given the references. It covers critical details such as vendor name, address, tax ID (TIN/SSN), phone/fax/email, and payment address. The form also requires information on existing contracts, including contract numbers, dates, FOB terms, and prompt payment discounts. Key mandatory fields include DUNS number and Central Contractor Registration (CCR) status, with instructions provided for registration if needed. It also gathers information on business type (Small, Large, Outside VA, Other Entities) and socioeconomic groups (e.g., Small Disadvantage, Veteran-Owned, Woman-Owned, Hubzone). Additionally, it asks if purchase cards are accepted and includes a 1099 Vendor Indicator. The document emphasizes the importance of verifying vendor eligibility through federal government databases like epls.arnet.gov and exclusions.oig.hhs.gov, highlighting that failure to comply with mandatory checks could lead to administrative action. This form ensures that vendors meet all necessary federal requirements before being entered into the VA database.
Amendment P00001 to Solicitation Number 36C26225Q0038 announces a mandatory site visit for potential offerors. The site visit, scheduled for November 7, 2026, at 10:30 AM (PCT), will be held at the SDVAMC, 3350 La Jolla Dr., San Diego, CA 92161, in the Main Lobby, to meet with Mr. Jorge Dinarte. This amendment clarifies that all inquiries regarding the Request for Quote (RFQ) must be directed to the Contracting Officer, Charity Cazee, at the provided contact information, and direct contact with VA Medical Center employees is prohibited. The RFQ is for a one-year, Firm-Fixed-Price contract for VA San Diego Healthcare System Hirsch Access Reader Installation in Elevator Cabs, with a period of performance from November 15, 2025, to November 14, 2026. Further details are available in the attached Statement of Work.
This document is a solicitation and contract order (Standard Form 1449) from the Department of Veterans Affairs (VA) for Elevator Card Reader parts and installation services at the San Diego VA Medical Center. The acquisition is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a NAICS code of 561621 (Security Systems Services) and a size standard of $25 Million. Key items include door controllers, scramble pad card readers, cabling, alarm expansion boards, cable management hardware, conduit, and labor for installation and elevator technicians. The contract period for the base year is November 15, 2025, to November 14, 2026. Invoices must be submitted electronically via the Tungsten Network. The document outlines general contract terms, conditions, and clauses, emphasizing compliance with federal acquisition regulations, particularly those related to SDVOSB participation and limitations on subcontracting for services, where the prime contractor cannot pay more than 50% of the amount to non-SDVOSB firms.
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 various payee types, including commercial entities, employees, veterans, and medical providers. The form requires comprehensive information such as VA facility details, payee/vendor type, miscellaneous actions (e.g., Assignment of Claims, LGY account), and detailed payee/vendor information including Unique Entity Identifier (UEI), SSN/TIN, NPI (for medical providers), and business registration status (SAM.gov for commercial vendors). Electronic Funds Transfer (EFT/ACH) details, including bank name, routing number, and account number, are mandatory as per 31 CFR Part 208. The form emphasizes the requirement for an authorized representative's name, title, and handwritten signature. Processing typically takes 3-5 business days, and the form explicitly states that invoices are not accepted. The Privacy Act of 1974 and 31 U.S.C. 3322 and 31 CFR 210 mandate the collection of this information to facilitate electronic payments, with an estimated respondent burden of 15 minutes.
Form W-9, "Request for Taxpayer Identification Number and Certification" (Rev. October 2007), is a crucial IRS document for U.S. persons to provide their correct Taxpayer Identification Number (TIN) to entities (requesters) who must file information returns with the IRS. This form is used to certify the accuracy of the TIN, confirm the individual is not subject to backup withholding, or claim exemption from it. The document details who is considered a U.S. person, how to obtain a TIN, and specific instructions for various entities like sole proprietors and LLCs. It also outlines conditions under which payments may be subject to backup withholding and lists various payees and payment types exempt from it. Penalties for non-compliance, such as failure to furnish a correct TIN or falsifying information, are also specified. The form serves to ensure accurate reporting of income to the IRS and prevent backup withholding.