USDA Seattle ADA-Compliant Button Installation (4 Sets of Doors)
ID: 47PL0225Q0004Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R10 SERVICES ACQUISITIONS BRANCHTacoma, WA, 98401, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The General Services Administration (GSA) is seeking proposals from small businesses for the installation of ADA-compliant automatic door openers at the Pacific Wildland Fire Sciences Laboratory in Seattle, Washington. The project involves installing four sets of door openers that will integrate with the existing access control system, enhancing accessibility for individuals with mobility challenges. This initiative underscores the government's commitment to compliance with the Americans with Disabilities Act and improving facility accessibility. Interested contractors must submit their proposals electronically by February 14, 2025, with a performance period of 60 days post-award. For inquiries, contact Cynthia Zhang at cynthia.zhang@gsa.gov or call 253-347-7837.

    Point(s) of Contact
    Files
    Title
    Posted
    This government amendment addresses key updates regarding a solicitation, specifically extending the due date for offers from January 15, 2025, to January 22, 2025, at 3:00 PM PST to allow vendors additional preparation time. It also includes clarifications in response to vendor inquiries and provides an ADA-accessible map detailing door dimensions for proposal preparation. Furthermore, the amendment updates the technical evaluation factor regarding previous experience to facilitate clearer understanding among bidders. All terms and conditions remain unchanged except for the specified amendments, reinforcing the importance of adhering to the modified submission guidelines and acknowledging receipt of this amendment to ensure compliance and avoid rejection of offers. This document serves a critical role in maintaining transparency and facilitating a fair bidding process within federal contracting protocols.
    The ADA Door Opener Project aims to enhance accessibility by installing automatic door openers at the Burke Building in Seattle, WA. It will be awarded as a one-time purchase order without an incumbent vendor, with a performance period of 60 days post-award. The project does not adhere to specific facility standards but is influenced by preferences for Stanley Magic Access Door Controllers used by other federal agencies. The automatic doors will require hard-wiring, along with integration at two locations with existing card readers. Past performance documentation from subcontractors will not be accepted, and the Service Contract Act (SCA) will govern wage determinations for this service-oriented project, differing from construction regulations under the Davis-Bacon Act (DBA). This document serves as part of the overall request for proposals (RFP) process for government projects, ensuring clarity on requirements and expectations for potential contractors.
    The document outlines a solicitation for commercial items under a federal procurement framework, specifically a Request for Quotation (RFQ). It details the submission process for contractors interested in providing specified services, which includes the installation of ADA buttons on doors at a designated facility in Seattle. The solicitation cites a total award amount of $22 million, with a deadline for offers due by January 15, 2025, and establishes a firm-fixed-price contract type. Key stakeholders include the Acquisition Management Division and the designated contractor, with a clear chain of communication established for any inquiries. The document specifies the required elements for solicitation including payment terms, delivery details, and a structured bidding schedule. Additionally, the solicitation is open to various small business categories, emphasizing inclusion and diversity in government contracting. Overall, this solicitation serves as a framework for federal procurement, ensuring transparency, compliance with federal regulations, and adherence to established policies for the engagement of external service providers in government operations.
    The U.S. General Services Administration (GSA) is seeking proposals for the installation of ADA-compliant door openers at the Pacific Wildland Fire Sciences Laboratory in Seattle, WA. The project entails installing four sets of door openers that will integrate with the existing access control system to enhance accessibility for staff with mobility challenges. The contractor is responsible for all labor, materials, and equipment needed for the project, which is to be completed within 180 calendar days after receiving the notice to proceed. Work will take place Monday through Friday, from 7 am to 6 pm, with the possibility for after-hours access by coordinating with the agency. All work must comply with relevant federal, state, and local regulations, including building codes and safety standards. The contractor must also ensure the safety of the surrounding environment and maintain a clean worksite during and after the project. Final acceptance of the work will require a successful GSA inspection, confirming compliance with stipulated requirements. The initiative underscores the government’s commitment to enhancing accessibility and ensuring compliance with the Americans with Disabilities Act.
    The document outlines the floor plan and layout details for the Pacific Wildland Fire Sciences Laboratory, specifically Suite 201, encompassing approximately 10,272 square feet. It lists various rooms, their sizes, and purposes, including offices, conference rooms, a kitchen, restrooms, a copier area, and a server/computer room. Notable areas include a large conference room (739.8 SF), small conference room (283.4 SF), and lobby (169.2 SF). The document also highlights the locations of cubicles, shared offices, and storage spaces, while indicating access requirements for certain doors, such as handicap access. This information is likely part of a response to a federal or state/local Request for Proposals (RFP) related to space allocation or facility management, ensuring compliance with building requirements and facilitating operational efficiency within government workflows.
    The U.S. General Services Administration (GSA) is organizing a pre-proposal site visit regarding RFQ #47PL0225Q0004 for the installation of ADA compliant door openers at the USDA facility in Seattle, WA. The event, set for January 7, 2025, aims to assist interested vendors by providing a facility tour and addressing general inquiries about the Request for Quotation (RFQ). Interested participants must pre-register by emailing the Contract Specialist, Cynthia Zhang, with their contact details before the specified deadline of January 2, 2025. Attendees must bring valid photo identification for security clearance. Any questions arising during the visit must be submitted in writing to Ms. Zhang by January 9, 2025, for inclusion in an amendment to the solicitation, which will be published on SAM.gov. This initiative supports the federal procurement process, ensuring transparency and communication with prospective contractors.
    The document presents a detailed floor plan for approximately 10,272 square feet of office space located in the Pacific Wildland Fire Sciences Laboratory, Suite 201. It outlines the arrangement and dimensions of various rooms, including large and small conference rooms, a kitchen, restrooms, cubicles, offices, and support areas such as a server room and copier area. Specific features include locked doors for security and potential accessibility upgrades indicated for certain areas. The document serves as a guideline for space utilization within the facility, potentially related to federal initiatives focusing on fire management research and public safety. Moreover, the specified dimensions and layout can inform stakeholders about the requirements for accommodating staff and operations within the context of government grants and RFPs related to environmental management.
    The USDA is issuing a Request for Quotation (RFQ) for the installation of ADA-compliant automatic door openers at its Pacific Wildland Fire Sciences Laboratory in Seattle, WA. The project, under solicitation number 47PL0225Q0004, requires proposals from small businesses as this is a total small business set-aside. The installation encompasses four doors, necessitating contractors to submit a detailed proposal, including technical specifications, an installation plan, and past experience in similar projects. The evaluation method will be Lowest Price Technically Acceptable (LPTA), focusing on providing acceptable standards for the products and the installation process. Interested contractors must submit their proposals electronically by January 22, 2025, and ensure compliance with specific federal regulations as outlined in the solicitation. The period for project performance is 60 days upon contract award. The document includes attachments such as the Scope of Work and site visit instructions, emphasizing the importance of adherence to the outlined requirements.
    The solicitation (No. 47PL0225Q0004) issued by the USDA for the installation of ADA-compliant automatic door openers emphasizes a total small business set-aside and adheres to federal simplified acquisition procedures. The project involves providing all necessary resources to install door openers at the USDA Seattle Office, located at 915 Second Avenue, Seattle, WA, within a 60-day period after contract award. Interested offerors must submit their proposals electronically by January 15, 2025, while technical questions should be directed to Contract Specialist Cynthia Zhang by January 9, 2025. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, assessing product specifications, warranty, installation plans, previous project experience, and past performance. Offerors are instructed to include a detailed pricing breakdown and demonstrating compliance with outlined specifications. The completion of proposals must comply with set requirements, ensuring that the government's procurement needs are efficiently met while encouraging small business participation. The document highlights regulatory compliance and the importance of technical ability, emphasizing the need for quality and cost-effectiveness in meeting ADA standards for accessibility.
    The document outlines an amendment to a federal solicitation, specifically Amendment 0002 of solicitation number 10PQDA. The primary purpose of this amendment is to extend the due date for vendor quotations from January 22, 2025, to January 31, 2025, at 3:00 PM PST. This extension is intended to allow additional time for the agency to address vendor inquiries. The file provides details on the proper acknowledgment methods for the amendment, emphasizing that timely receipt of such acknowledgment is critical to avoid rejection of offers. It includes instructions for submitting changes to offers and clarifies that the contractor is not required to return signed copies of the amendment. Additionally, key administrative information such as the contact details for the acquisition management division and the contracting officer is included, along with sections for detailing necessary modifications. Overall, this document reflects standard procedures in federal solicitations and contract modifications, ensuring compliance and effective communication within the procurement process.
    This document serves as an amendment to a solicitation for a contract, primarily detailing the acknowledgment process for submitting offers. It emphasizes that offers must acknowledge receipt of the amendment before the specified deadline, with options for acknowledgment including returning a signed document or electronic communication. The amendment extends the due date for submissions from January 31, 2025, to February 14, 2025, at 3:00 PM PST. It also provides responses to questions previously submitted regarding project specifications, including material finishes for doors, dimensions, warranty periods, and responsibilities for maintaining the access control system. Of note, the preferred door finish is silver/stainless steel, the warranty period is three years, and the contractor will be responsible for the programming of new door configurations. This amendment reflects ongoing contractor engagement and clarifies expectations for the project, emphasizing the importance of timely communication regarding any modifications or requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    911 Federal Building Elevator Maintenance Services
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the 911 Federal Building located in Portland, Oregon. The procurement involves repair and maintenance of elevators, equipment, communication devices, and related accessories, ensuring compliance with the latest American Standard Safety Code for Elevators (A17.1, A18.1) and all applicable regulations. These services are crucial for maintaining the safety and operational efficiency of the building's elevator systems. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or by phone at 253-209-9118 for further details regarding this opportunity.
    Garage Door Maintenance and Repair at American Lake VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and various NFPA codes. This total small business set-aside opportunity, classified under NAICS code 238290, has a size standard of $22 million and requires interested vendors to have an active SAM registration. Key deadlines include a site visit on December 12, 2025, and submission of questions by December 29, 2025, with offers due by January 2, 2026. For inquiries, contact Adam Hill at adam.hill3@va.gov or by phone at 360-553-7678.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.
    Redacted J&A
    Buyer not available
    The General Services Administration (GSA) is seeking contractors to provide full elevator maintenance, repair, and replacement services for vertical transportation equipment at the location of 350 West First Street, Los Angeles, CA 90012-3100. The procurement aims to ensure the operational efficiency and safety of the elevators and related equipment at this facility, which is critical for maintaining accessibility and functionality within the building. Interested parties can reach out to Kristofer-Rey Tolfo at kristofer-rey.tolfo@gsa.gov or by phone at 949-291-1932 for further details regarding the opportunity. The specific funding amount and key deadlines have not been disclosed in the available information.
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    GSA Elevator Repair, JJ Pickle FOB, Austin TX 78701
    Buyer not available
    The General Services Administration (GSA) is seeking to procure services for the repair and modernization of a hydraulic passenger elevator located at the Austin Federal Office Building in Austin, Texas. The primary objective of this contract is to acquire a specific communication device, the MAD MosaicONE VMS, as part of the elevator upgrade project, ensuring compliance with the ASME-A17.1 Elevator Code and the Uniform Federal Accessibility Standards. This procurement is critical for maintaining the operational efficiency and safety of the building's elevator system. Interested parties can reach out to Lorenzo B. Evans at lorenzo.evans@gsa.gov or (817) 312-9249, or Barbara J. Giddens at barbara.giddens@gsa.gov or (817) 850-8368 for further information.
    2025 Wheelchair Accessible Light Vehicles Program MY26 Industry Day
    Buyer not available
    The General Services Administration (GSA) is hosting an Industry Day for the 2025 Wheelchair Accessible Light Vehicles Program, as outlined in Solicitation 47QMCA24R0034. This event, scheduled for October 1, 2025, aims to inform existing contractors and new interested offerors about the Open Season process for submitting Next Model Year (NMY) information and proposing new models that comply with federal standards. The GSAFleet.gov platform will facilitate the bid process, allowing vendors to update pricing and specifications for the 2026 model year, with key Open Season dates set for October 1-31 and December 1-15. Interested parties are encouraged to attend the virtual Industry Day and can reach out to Eric VanderVeen at eric.vanderveen@gsa.gov or Sharon Hamer at sharon.hamer@gsa.gov for further inquiries.
    Multiple Award Schedule
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically managed by the GSA/FAS Furniture Systems Management Division. This procurement is a combined synopsis/solicitation for commercial items, aimed at acquiring a range of professional, scientific, and technical services as classified under NAICS code 541990. The services procured through this opportunity are vital for supporting various federal operations and ensuring efficient service delivery. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested with no written solicitation to be issued.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.