N063--INSTALLATION OF ELEVATOR ACCESS CONTROL SYSTEM SDVOSB Set-Aside
ID: 36C26226Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the installation of an Elevator Access Control System at the San Diego VA Medical Center. The project involves the installation of Hirsch Access Readers in elevator cabs, ensuring secure access for authorized personnel, and includes specific requirements for cabling, software integration, and compliance with prevailing wage laws. This procurement is critical for enhancing security measures within the facility, with a contract period set from November 15, 2025, to November 14, 2026. Interested vendors must submit their offers by November 21, 2025, and direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.

    Point(s) of Contact
    Charity CazeeContract Specialist
    520-792-1450 Ext. 16236
    charity.cazee@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance and repair services for the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The procurement aims to establish contracts for both preventive maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, with specific service frequencies outlined in the Statement of Work. This service is crucial for ensuring the operational efficiency and safety of the medical facilities, as it includes routine maintenance, emergency callbacks, and compliance with safety codes. Interested contractors must submit their proposals by December 9, 2025, at 17:00 CST, and can direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the presolicitation of Project 679-22-100, which involves elevator upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa VA Medical Center in Alabama. The project requires the contractor to supply all materials, supervision, and labor necessary for the modernization, renovation, and upgrading of various elevators to address identified deficiencies, adhering to all applicable safety regulations and codes. This opportunity is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $5 million and $10 million, and a completion period of 608 calendar days from the notice to proceed. Interested contractors should contact Contracting Officer Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600 for further details, and the solicitation is expected to be posted on or about January 7, 2026.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement involves a firm-fixed-price contract structured as a base year plus four option years, under the North American Industry Classification System (NAICS) code 541350. The services are critical for ensuring the safety and functionality of the elevator systems, which are essential for patient and staff mobility within the facility. Interested vendors must submit a capability statement, including their DUNS number and organizational details, by December 15, 2025, at 2:00 PM CST to Makena James at Makena.James@VA.gov, as this notice is for market research purposes and does not constitute a solicitation.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as number 526-22-115, involves the replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    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.