Z2DA--537-24-102 Correct Mental Health Safety Deficiencies
ID: 36C25225B0016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Correct Mental Health Safety Deficiencies" project (Project# 537-24-102) at the Jesse Brown VA Medical Center in Chicago, IL. The procurement aims to address critical safety deficiencies in the mental health department by implementing necessary construction and alterations, including the installation of ligature-resistant door closers and modifications to existing facilities. This project is particularly significant as it directly impacts patient safety and compliance with VA regulations, ensuring a secure environment for mental health care. Interested contractors must submit their bids via email by 10:00 AM CDT on September 12, 2025, with a virtual bid opening scheduled for the same day at 11:00 AM. For further inquiries, potential bidders can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.

    Point(s) of Contact
    Stacy G HooverContracting Officer
    Stacy.Hoover2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued Amendment 0001 to Solicitation 36C25225B0016 for the project "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES" at the Jesse Brown VA Medical Center in Chicago, IL. This amendment, dated August 5, 2025, extends the Request for Information (RFI)/questions period until August 14, 2025, and provides a second organized pre-bid site visit scheduled for Monday, August 11, 2025, at 11:00 AM. It also includes responses to previously submitted RFIs, clarifying that existing cubbies and desks are built-in and providing a picture of the existing desks and cubbies. Bidders are reminded to submit the completed VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (NOV 2022) as part of their bid package.
    The document is Amendment 0002 to Solicitation 36C25225B0016 for the "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES" project (Project# 537-24-102) at the Jesse Brown VA Medical Center in Chicago, IL. Issued by the Department of Veterans Affairs, this amendment extends the Request for Information (RFI)/questions period until August 18, 2025, requiring submissions via email to Stacy Hoover and Ryan McMillin. It also provides a sign-in sheet from the second organized site visit on August 11, 2025, and an updated wage determination effective August 1, 2025. Bidders are reminded to submit the VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction as part of their bid package to be eligible for award. All other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment 0003 to Solicitation 36C25225B0016, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, for the "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES" project at Jesse Brown VA Medical Center in Chicago, IL. The primary purpose of this amendment is to extend the bid opening date to September 3, 2025, at 10:00 CDT. It also provides VA responses to potential bidders' Requests for Information (RFIs) via an attached spreadsheet. Key instructions for bidders include submitting the VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance, with a reminder that a hard copy bid submission is not required, and bids must be emailed. The virtual public bid opening will be held on September 3, 2025, at 11:00 AM local time via Microsoft Teams. Bidders are advised to submit bids at least one hour prior to the deadline to avoid transmission issues and ensure their bid package includes the bid bond and the VAAR 852.219-75 certificate, with specific guidance on SBA certification database requirements.
    This document is an amendment to Solicitation Number 36C25225B0016 for the project "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES" at Jesse Brown VA Medical Center, Chicago, IL. Issued by the Department of Veterans Affairs, this amendment extends the bid opening date to September 10, 2025, at 10:00 AM CDT. It also provides responses to potential bidders' requests for information, includes an updated wage determination, and details changes to project specifications (specifically Spec 08 71 00 Door Hardware) and drawings. Bidders are reminded to submit the VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (NOV 2022) and ensure their company is listed as SDVOSB certified in the SBA’s Small Business Search website to be eligible for award. The bid opening will be a virtual event, with instructions for accessing the Microsoft Teams meeting and for electronic bid submission via email provided.
    This document is Amendment 0005 to Solicitation 36C25225B0016 for the "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES PROJECT# 537-24-102" at the Jesse Brown VA Medical Center in Chicago, IL. The amendment, effective September 3, 2025, extends the bid opening date to September 10, 2025, and provides corrections to VA responses for RFIs 14 and 15, detailed in an attached spreadsheet. It also clarifies that the bid opening will be a virtual event via Microsoft Teams, with specific instructions for joining. Bidders are reminded to submit their bids via email by 10:00 AM local time on September 10, 2025, and to include the completed VAAR 852.219-75 form. A hard copy submission is not required, and bidders are advised to submit early to avoid transmission issues. The amendment emphasizes that for eligibility, vendors must be listed as SDVOSB certified in the SBA’s Small Business Search website.
    This amendment to solicitation 36C25225B0016 addresses the "CORRECT MENTAL HEALTH (MH) SAFETY DEFICIENCIES" project at Jesse Brown VA Medical Center. Key changes include extending the bid opening date to September 12, 2025, at 10:00 AM CDT, and providing corrections to VA responses for RFI #16 and adding RFI #17. The amendment clarifies that bids must be submitted via email to stacy.hoover2@va.gov and ryan.mcmillin@va.gov, with a virtual public bid opening scheduled for 11:00 AM local time on the same day. Bidders are reminded to submit the VAAR 852.219-75 Certificate of Compliance for Services and Construction, noting that vendor eligibility now requires listing as SDVOSB certified in the SBA’s Small Business Search website (search.certifications.sba.gov/).
    The Department of Veterans Affairs is seeking bids for a construction project (Solicitation Number 36C25225B0016) to address mental health safety deficiencies at the Jesse Brown VA Medical Center in Chicago, IL. The project, identified as Project 537-24-102, is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a price range estimated between $1,000,000 and $2,000,000. Contractors must provide all necessary labor, materials, equipment, and supervision to complete the specified work within 425 calendar days of a Notice to Proceed. Bidders are required to submit sealed offers via email by 10 AM CDT on August 25, 2025, with a virtual bid opening scheduled shortly after. All submissions should include compliance documentation related to performance and payment bonds, safety, and environmental records, and must be fully prepared in accordance with attached specifications and requirements. The project emphasizes safety, infection control, and adherence to VA regulations, with bidders responsible for maintaining strict oversight during construction activities adjacent to active mental health wards. Additionally, all contractors must ensure staff vaccinations in line with VHA Directive 1192.01 and comply with detailed project requirements throughout the execution phase.
    The presolicitation notice details project 537-24-102, aimed at correcting mental health safety deficiencies at the Jesse Brown VA Medical Center in Chicago, IL. This project will involve replacing mental health inpatient room doors and constructing a "Desk and Cubby" unit, classified with a risk level of 4. The contract is set-aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in alignment with Public Law 109-461. The relevant NAICS code is 236220, with a project budget estimated between $1 million and $2 million. The solicitation is expected to be released around May 20, 2025, with bids due in June or July 2025. A pre-bid conference will occur on or about May 28, 2025, to provide further details to prospective bidders. Completion is anticipated within 425 days post-award. Compliance with specific eligibility requirements for SDVOSB certification is emphasized, directing vendors to the SBA certification database for verification.
    The Department of Veterans Affairs, VISN 12, Jesse Brown VA Medical Center, seeks to acquire 27 ligature-resistant sliding door kits from Accurate Lock and Hardware for its inpatient mental health department. This sole source justification, under FAR 13.5 Simplified Procedures for Certain Commercial Items, addresses critical patient safety deficiencies by replacing existing piano-hinged doors, which pose ligature risks. Market research identified Accurate Lock and Hardware as the only U.S. manufacturer of a fully integrated, ligature-resistant sliding door system that meets all agency requirements and safety standards. These doors offer significant advantages over alternative bi-swing doors, including enhanced patient safety by eliminating ligature points, preventing barricading, and removing the need for overdoor sensors and special keys. The estimated cost for materials is $540,000, with competitive bidding expected for installation. The acquisition is justified by the unique qualifications of the product and its direct alignment with national safety alerts and recommendations from VHA’s Inpatient Community of Practice.
    The VAAR 852.219-75 clause outlines limitations on subcontracting for VA contracts, ensuring compliance with 38 U.S.C. 8127(k)(2). Contractors must certify that they will not exceed specific percentages for subcontracting to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, this limit is 85%; for services, 50%; and for special trade construction, 75%. Materials costs are excluded for construction. The certification is legally binding, with false claims leading to criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to prove compliance upon request. Failure to provide documentation can result in remedial action. The certification must be completed and submitted with the offer, or the offer will be deemed ineligible.
    The Statement of Work Exhibit, part of Project Number 537-24-102, details the "Correct Mental Health Safety Deficiencies" initiative. This exhibit, Revision 5, dated 12/18/2024, focuses on the schedule for rooms requiring SL-LR-SDS doors. It lists specific rooms in the JB and MH wards (7C-120 to 7C-101 and 7A-102 to 7A-118), specifying their room descriptions (private or semi-private) and future door opening directions (right or left). The document also notes various comments and obstacles for each room, such as the need to relocate electric outlets, reconfigure laundry room doors and windows, or relocate control panels, keyed switches, and locker boxes. It identifies a total of 27 left-hand doors and 15 right-hand doors. Additionally, it highlights the removal of windows in some rooms. The exhibit provides a comprehensive overview of the modifications required to enhance mental health safety within these designated areas.
    The document, "537-24-102 SOW Exhibit C," is an exhibit from a Statement of Work (SOW) related to a federal government project titled "Correct Mental Health Safety Discrepancies," with project number 537-24-102. This specific exhibit, Revision C, details a "List of Components" for both right-hand and left-hand doors. The components listed for each door type include "SL-LR-SDS-59E.RH.134DT WD.46".CH-CxCH-B," "LR-TRANSOM," "SMOKE SEAL," and "FF." The document spans seven pages, with consistent page numbering indicating it is part of a larger SOW for the project.
    The Statement of Work Exhibit, titled "Desk and Cubby Schedule," outlines the allocation of desk and cubby units across various rooms within the JB and MH facilities, effective December 27, 2024. This exhibit is part of Project Number 537-24-102, which aims to "Correct Mental Health Safety Discrepancies." The schedule details specific room numbers (JB and MH), room descriptions (semi-private or private), and the corresponding number of desk and cubby units for each. The document is divided into "EAST WARD" and "WEST WARD" sections, listing individual rooms and their respective unit counts. The total number of desk and cubby units across all listed rooms is 38. This document serves as a crucial component for the project, ensuring proper furnishing and arrangement to address the mental health safety discrepancies identified.
    The provided document, an SOW Exhibit for Project Number 537-24-102, outlines the "Schedule of Rooms Requiring Closers" to correct Mental Health Safety Deficiencies. This exhibit, revised on December 2, 2024, identifies 20 specific rooms across the 7th floor's A, B, and C wards (Mental Health, East, and West Wards) that require door closers. The rooms include various offices, music rooms, exam rooms, laundry rooms, quiet rooms, conference rooms, and utility closets. The project aims to enhance safety within the mental health facility by ensuring all listed doors are equipped with closers.
    The Jesse Brown VA Medical Center in Chicago is undergoing a project (No. 537-24-102) to correct mental health safety deficiencies. The project, dated March 13, 2025, involves general construction, alterations, and electrical work. Key requirements include strict adherence to VA security management programs, including badging, access control, and confidentiality of sensitive information. The contractor must develop a Critical Path Method (CPM) schedule, cost-load all activities, and provide monthly updates. The project is phased, focusing on specific mental health wards (7 East and 7 West) in Building 2, and emphasizes maintaining continuous medical center operations. Utility interruptions require advance approval, and the contractor is responsible for site upkeep, waste disposal, and restoration of disturbed areas. A comprehensive warranty management plan is also required, detailing response times for various defect priorities (Code 1 for life safety, Code 2 for significant impact, Code 3 for others). The document also outlines guidelines for temporary use of mechanical/electrical equipment and utility services.
    The provided government file appears to be a highly technical document, likely an RFP or grant application, focusing on various technical specifications and perhaps a system or project architecture. The extensive use of symbols, codes, and fragmented text makes it difficult to extract precise details without a deeper understanding of the specific context or a decryption key. However, recurring patterns and seemingly structured sections suggest it outlines technical requirements, potentially for data processing, system integration, or network configurations, given the presence of numerical sequences and alphanumeric identifiers. The document seems to detail technical components and their interconnections, possibly for a project involving hardware, software, or data management infrastructure. Without clearer content, a specific topic beyond technical specifications is challenging to identify.
    The Department of Veterans Affairs (VA) is seeking sole source justification under simplified acquisition procedures to address patient safety deficiencies in the inpatient mental health department. The need arises from the requirement to replace existing piano-hinged doors with ligature-resistant sliding doors manufactured by Accurate Lock and Hardware, totaling an estimated cost of $540,000. The selection of Accurate is based on comprehensive market research which found it to be the only U.S.-based manufacturer of an anti-ligature sliding door system. Key advantages of these doors include eliminating ligature points that could risk patient safety, being inherently anti-barricade, and avoiding additional maintenance requirements associated with bi-swing doors. The approval for this procurement aligns with national safety standards and aims to enhance the safety of veterans in the mental health facilities. The document outlines the rationale for restricting competition, emphasizes the unique qualifications of the selected contractor, and summarizes market research findings regarding other potential vendors.
    The document outlines the VAAR 852.219-75, which pertains to the limitations on subcontracting for services and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It establishes that contractors cannot surpass specific percentages of subcontracting work to firms not listed as VIP-rated SDVOSBs or VOSBs. For general construction contracts, this threshold is set at 85%, while for special trade contractors, it is 75%. The offeror must certify compliance upon bid submission and acknowledges the legal implications of false certifications, which may result in penalties or debarment. Moreover, the VA retains the right to request documentation to ensure compliance throughout the contract duration. This clause is crucial in fostering opportunities for veteran-owned businesses and ensuring they engage actively in contracted work, thus promoting economic empowerment within this community. The document emphasizes accountability and adherence to federal standards.
    The document appears to be a detailed site plan for a healthcare facility, specifically outlining the layout of various patient rooms, toilets, staff areas, and auxiliary spaces across multiple floors. It includes specific room designations, sizes, and operational areas such as nurse stations, exercise areas, and storage. The plan features a scale of 1/20" = 1'-0" and indicates revisions made as of August 8, 2000.
    The document outlines the Statement of Work (SOW) for a project aimed at addressing mental health safety deficiencies within a healthcare facility, specifically related to the installation of SL-LR-SDS doors. It includes a detailed schedule of rooms requiring door modifications, specifying room numbers, descriptions, and the future opening direction of the doors. The project number is 537-24-102, and it details necessary changes such as the relocation of electric outlets, control panels, and modifications to windows. Additional comments mention obstacles like proximity concerns to adjacent door frames. Overall, this SOW serves to guide the renovation efforts within the facility to enhance patient safety and comply with mental health standards, in line with government regulations for healthcare facility upgrades.
    The document outlines the scope of work (SOW) for Project Number 537-24-102, aimed at addressing mental health safety discrepancies. It specifies the components required for the installation of right-hand and left-hand doors, including detailed component codes such as SL‐LR‐SDS‐59E and LR-TRANSOM. Each door configuration includes smoke seals and additional features referred to as "FF." The document serves as an essential guideline for contractors involved in the project, detailing the technical specifications necessary for compliance and safety. By focusing on correcting safety deficiencies, the initiative underscores the government’s commitment to improving mental health facilities in adherence to regulatory standards. This SOW is indicative of broader federal and state efforts to ensure the safety and efficacy of mental health services, aligning with government objectives for public health improvements.
    The document outlines the desk and cubby unit allocation within several semi-private and private rooms as part of a project focused on addressing mental health safety discrepancies in the EAST and WEST WARD. It details the specific room numbers assigned to each type of unit, highlighting that a total of 38 desk and cubby units are designated across multiple rooms. The project is identified by the number 537-24-102 and emphasizes restructuring to improve mental health safety standards in a healthcare environment. The report presents a clear schedule and assigns ramification to specific room designations, ensuring that facilities are conducive to patient needs while complying with safety regulations. Overall, the document serves as a proposal framework detailing the resource distribution necessary to enhance mental health services.
    The document outlines a Statement of Work (SOW) for the project designated as 537-24-102, focusing on correcting mental health safety deficiencies within specific areas of a facility. It includes a schedule detailing rooms that require installation of closures, including various offices, music rooms, and utility areas across two wards. The report specifies a total of 20 doors needing attention, emphasizing the project's critical nature in enhancing safety and operational integrity. This initiative reflects a systematic approach to address mental health safety concerns, ensuring compliance with regulations and improving the overall environment for both patients and staff. The document serves as a formal proposal for the necessary upgrades and modifications, aligning with federal initiatives to enhance facility safety standards within the healthcare sector.
    The Jesse Brown VA Medical Center in Chicago is initiating Project No. 537-24-102, aimed at correcting safety deficiencies within mental health facilities. The project mandates adherence to comprehensive safety, infection control, and quality control requirements throughout construction. The contractor is responsible for the complete site preparation, including demolition, and must ensure compliance with VA security protocols. The project entails a phased approach for maintenance and operational continuity at the medical center, which operates 24/7. Specific construction phases focus on various mental health wards, necessitating scheduled interruptions that must be coordinated with the Contracting Officer to prevent disruptions. For effective project management, the contractor must develop a Critical Path Method (CPM) schedule, providing monthly updates that include activity descriptions and budget considerations. The contractor is accountable for maintaining communication with the VA to address delays or changes, ensuring that all operations meet the established safety and regulatory standards. This initiative underscores the VA's commitment to enhancing the safety and functionality of mental health care facilities while prioritizing patient and staff security and health.
    The document appears to be a corrupted file containing references to various governmental processes, including Request for Proposals (RFPs) and grants at federal, state, and local levels. While a clear narrative is difficult to extract due to the corrupted data, it seems the main purpose is to describe the structure and official procedures surrounding federal funding opportunities, including grant applications, project evaluations, and compliance requirements. Key ideas likely involve outlining processes for submitting proposals, evaluating funding requests, and managing federal grant awards. The focus on procedural details suggests a comprehensive guide intended for stakeholders involved in securing government funding. This information is particularly relevant for organizations and individuals seeking to navigate the intricate landscape of government financial support for various projects and initiatives.
    The document is a Contractor Request for Information (RFI) for Solicitation 36C25225B0016, titled “Correct Mental Health Safety Deficiencies.” This RFI addresses various questions from contractors regarding the project scope, site conditions, and administrative requirements, along with the VA's responses. Key topics include the dimensions and nature of existing furniture (desks and cubbies), door schedules and hardware sets, and the roles of the Superintendent as Quality Control Manager (QCM) and Site Safety & Health Officer (SSHO). Contractors also inquired about electronic submittal programs, sliding door clearances, vinyl flooring patches, painting requirements, and nurse call system modifications. Additionally, questions were raised about laydown/storage areas, dumpster placement, and photographic documentation. The VA provided clarifications, confirming that existing units are built-in, the Superintendent can fulfill both QCM and SSHO roles, and
    The Request for Information (RFI) 36C25225B0016 pertains to the "Correct MH Safety Deficiencies" project, focusing on clarifying various aspects of the work to be performed. Key inquiries from contractors included requests for photos and dimensions of existing desks/cubbies, confirmation on whether they are built-ins, and a need for door schedules and hardware sets. Contractors also questioned if the Superintendent could fulfill both the Quality Control Manager (QCM) and Site Safety & Health (SSHO) roles, and if the VA would provide an electronic submittal program. Other concerns involved sliding door clearance for existing keyed operators, the provision of attic stock vinyl flooring by the Station, and the acceptable color match for new flooring. Painting requirements for walls and cubby replacement areas, the relocation of Nurse Call systems, and the availability of laydown/storage and dumpster areas were also raised. Finally, contractors requested clarification on photographic documentation requirements and an extension to the bid due date due to the project's complexity. The VA's responses addressed these points, providing photographic dimensions, confirming existing units are built-in, and approving the Superintendent for both QCM and SSHO roles. The VA stated they would not provide an electronic submittal program but that photographic documentation could be done by the General Contractor. They accepted an "as close as possible" color match for flooring, clarified that painting the rest of the walls is intuitive and should be added to the scope, and that the Nurse Call system should remain intact. The VA provided specific SOW Exhibits for door schedules and hardware sets, detailed the approved ligature-resistant door closer, and indicated that dumpsters might be placed on a short-term basis at one of the docks. They also confirmed that door panels would need to be recessed due to clearance issues. Significantly, the bid opening date was extended to September 3, 2025.
    The Request for Information (RFI) for project 36C25225B0016, “Correct MH Safety Deficiencies,” addresses various contractor inquiries and provides VA responses. Key topics include the dimensions and nature of existing desks and cubbies, the provision of door schedules and hardware sets, and the feasibility of the Superintendent fulfilling both Quality Control Manager (QCM) and Site Safety & Health (SSHO) roles. The VA confirmed that existing units are built-in and that the Superintendent can fulfill both roles. Other points cover electronic submittal programs, sliding door clearances, vinyl flooring patches, painting requirements, Nurse Call system relocation, and the availability of laydown/storage areas and dumpsters. The VA specified that an electronic submittal program is not provided, new sliding doors will not clear existing operator switches (requiring recessing), and “as close as possible” color match for flooring is acceptable. Nurse Call systems are to remain intact, and additional painting of walls is required. The bid opening date has been extended to September 10, 2025.
    The government file, Solicitation 36C25225B0016, details a Request for Information (RFI) regarding the "Correct Mental Health Safety Deficiencies" project (537-24-102) at the Jesse Brown VA Medical Center in Chicago, IL. The RFI addresses various contractor questions concerning project scope, site logistics, and administrative requirements. Key topics include existing conditions of desks and cubbies, door schedules and hardware, roles of the Superintendent, new sliding door clearances, flooring, painting requirements, laydown/storage areas, dumpster placement, photographic documentation, electronic submittal programs, and nurse call systems. The VA's responses clarify many of these points, confirming that existing units are built-in, the Superintendent can fulfill QCM and SSHO roles, and providing details on door schedules and hardware. The VA also specifies acceptable flooring color matching, painting scope, and that the Nurse Call system should remain intact. Several requests for bid deadline extensions were made due to project complexity and outstanding RFI responses. The bid opening/due date was ultimately extended multiple times, with the final extension noted to September 12, 2025. The document emphasizes monitoring SAM.gov for further updates and highlights specific amendments addressing RFI responses.
    The document "ACCOMPANYING 36C25225B0016 0002" appears to be a supporting or supplementary file related to a larger federal government procurement or grant process, likely an amendment or an additional document for an existing solicitation. The alphanumeric code "36C25225B0016" strongly suggests it is an identification number for a specific federal solicitation, such as a Request for Proposal (RFP) or an Invitation for Bid (IFB), typically issued by an agency. The "0002" at the end could indicate that this is the second iteration or a specific version of an accompanying document. Given the context of government RFPs and grants, such files often contain critical information like updated specifications, amendments to terms and conditions, responses to vendor questions, or additional instructions for potential bidders or grantees. The absence of further descriptive text within the provided file indicates that its content is entirely encapsulated within its title, serving primarily as a reference or pointer to a specific part of a larger government procurement package.
    The Department of Veterans Affairs, VISN 12, Jesse Brown VA Medical Center, seeks to correct patient safety deficiencies in its inpatient mental health department by installing tamper and ligature-resistant door closers. The requirement is for twenty LCN 4510T SMOOTHEE Track Style Door Closers, estimated at $14,000, for delivery by December 2025 and installation by August 2026. This acquisition is justified under FAR 13.5 (Simplified Procedures for Certain Commercial Items) due to only one responsible source satisfying agency requirements, as implemented by FAR 6.302-1. Market research revealed that only the LCN 4510T SMOOTHEE meets all safety standards, including being ligature-resistant, mechanical, and installable without major door or floor alterations, and complies with the Buy America Act. Other products either required full door system replacements, were foreign-made, or needed significant modifications. The cost is deemed fair and reasonable due to competition among distributors for the product's installation.
    The 4510T SMOOTHEE® Series is a heavy-duty, high-security track closer designed for correctional, vandal-prone, institutional, and high-traffic interior applications. It features special components to minimize tampering and vandalism, including a forged steel single lever arm and heavy-gauge metal security cover. The closer has passed 10 million cycles in independent testing and meets ADA requirements for certain cylinder sizes. It is UL listed for self-closing doors and certified under ANSI Standard A156.4, grade one. Options include various finishes, an Advanced Variable Backcheck cylinder, and an SRI primer for corrosive conditions. Installation accessories like plate 4510T-18 are available for specific top rail requirements. Ordering requires selecting cylinder size, hand, and finish, with additional options for screw packs and special templates. Caution is advised for reduced opening force settings, as they may affect reliable door closing and latching.
    The document, identified as "ACCOMPANYING 36C25225B0016 0002," appears to be a highly technical and structured government file, likely related to a federal Request for Proposal (RFP) or grant. While much of the content is encoded or formatted in a way that prevents direct interpretation of specific details, the repeated sections with "ACCOMPANYING 36C25225B0016 0002" strongly suggest it is part of a larger, multi-component solicitation. The presence of various categorized sections (e.g., "GENERAL INFORMATION," "SCOPE OF WORK," "REQUIREMENTS") indicates a comprehensive breakdown of an offering. The file also contains numerous numerical and alphanumeric sequences, potentially representing codes, specifications, or data points crucial to the RFP. The overall structure and repetition point to a standardized governmental document detailing requirements or information pertinent to a specific project or initiative.
    The provided government file appears to be a highly unstructured and unreadable document, likely due to significant corruption or improper encoding. It contains extensive strings of unidentifiable characters and symbols, making it impossible to extract any coherent information regarding its main topic, key ideas, or supporting details. Without legible content, a summary of its purpose or any relevant information within the context of federal government RFPs, grants, or state/local RFPs cannot be generated. The file's current state precludes any meaningful analysis or summarization.
    Similar Opportunities
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z1DA--578-15-008 Update Wayfinding Signage Hines CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to update wayfinding signage at the Edward Hines Jr. VA Hospital in Hines, Illinois, under Project Number 578-15-008. The project involves replacing outdated and non-compliant signage with new interior and exterior wayfinding signs, ensuring clear navigation for Veterans, families, visitors, and staff across the hospital and its Community Based Outpatient Clinics (CBOCs). This initiative is crucial for enhancing accessibility and improving the overall experience within the facility, with a contract value estimated between $5 million and $10 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by January 28, 2026, at 1:00 PM CST, and are encouraged to attend a mandatory pre-bid conference and site visit on December 16, 2025, at 10:00 AM CST. For further inquiries, contact Contracting Officer Juan C. Gaytan at Juan.gaytan@va.gov or by phone at 224-610-3644.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2,000,000 and $5,000,000 and a completion timeframe of 365 days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested bidders should contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Confined Space Assessment Modification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to enter into sole-source procurement negotiations with Azimuth Contracting, LLC for a Confined Space Assessment contract at the Jesse Brown VA Medical Center in Chicago, IL. This procurement is justified under Statutory Authority Public Law 109 Sec. 502 and VAAR 819.7008, allowing the VA to utilize non-competitive procedures with verified service-disabled Veteran-owned small businesses (SDVOSBs) for contracts under the simplified acquisition threshold. The assessment is critical for ensuring safety and compliance in confined spaces within the medical facility. Interested parties can reach out to Contract Specialist Derrick Paquette at derrick.paquette@va.gov or by phone at 414-844-4859, with a response deadline set for December 18, 2025, at 6:00 AM Central Time.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    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, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.