J075--Safe Services and Preventative Maintenance at Lebanon VA Medical Center
ID: 36C24424Q0948Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Locksmiths (561622)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES (J075)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Safe Services and Preventative Maintenance at the Lebanon VA Medical Center in Pennsylvania. The procurement aims to establish a reliable service arrangement for the maintenance and security of safes at the Lebanon VAMC and Lancaster Veterans Affairs Community Clinic, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the operational efficiency and safety of the facilities, with a contract consisting of one base year from September 30, 2024, to September 29, 2025, and four additional option years. Interested vendors must submit their proposals by September 9, 2024, at 10:00 AM Eastern Time, and can contact Contracting Officer Shea Matthews at shea.matthews@va.gov or 412-860-7204 for further information.

    Point(s) of Contact
    Shea MatthewsContracting Officer
    (412) 860-7204
    shea.matthews@va.gov
    Files
    Title
    Posted
    The Lebanon VA Medical Center is seeking proposals for Safe Services and Preventative Maintenance through Solicitation Number 36C24424Q0948. This contract falls under the jurisdiction of the Department of Veterans Affairs, specifically the Network Contracting Office 4, located in Pittsburgh, PA. The proposals are due by September 9, 2024, at 10:00 AM Eastern Time, and the project does not involve Recovery Act funds. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is classified under Product Service Code J075 with an NAICS Code of 561622. Interested vendors must refer to the attached documents for detailed specifications, including the Statement of Work (SOW) and wage determinations for Lancaster and Lebanon counties. The purpose of this RFP is to ensure the provision of safety services and maintenance critical for the operational efficiency and safety of the VA medical facility. Contact information for the contracting officer and relevant agency emails are also provided to facilitate communication.
    The Lebanon VA Medical Center (VAMC) requires a contractor for annual comprehensive servicing and preventative maintenance of safes located at its facility and the Lancaster Veterans Affairs Community Clinic (VACC). The contractor must provide all necessary personnel, equipment, and supplies to perform detailed maintenance as specified in the Statement of Work (SOW). The contract will be firm-fixed price, with a base term of 12 months and up to four additional one-year options. Services must be performed during standard business hours and include thorough testing of safes, replacement of combinations, and providing comprehensive service reports. Contractors are responsible for securing their equipment, proper waste disposal, and ensuring compliance with all safety regulations. The government will facilitate site access and provide a point of contact (POC) for coordination. All work must include a one-year warranty on parts and workmanship. This initiative underscores the government's commitment to maintaining secure environments for protecting sensitive materials at these facilities.
    The Lebanon VA Medical Center in Lebanon, PA is issuing a Request for Quote (RFQ) for Safe Service and Preventative Maintenance, specifically targeting Small Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement falls under the North American Industry Classification System (NAICS) code 561622 (Locksmiths), with a small business size standard of $25 million. The RFQ follows the procedures outlined in the Federal Acquisition Regulation (FAR) and incorporates provisions from Federal Acquisition Circular FAC 2024-06. The contract will consist of one base year of performance from September 30, 2024, to September 29, 2025, along with four additional option years. The intent of this solicitation is to establish a reliable service arrangement for the VA Medical Center, supporting its operations by ensuring the security and functionality of locks within the facility. This document serves as both synopsis and solicitation, indicating that no separate written solicitation will be issued, streamlining the process for vendors interested in participating.
    The document is a combined synopsis/solicitation for commercial services issued by the Lebanon VA Medical Center in Pennsylvania. The primary objective is to procure safe service and preventative maintenance for the Lebanon VAMC and Lancaster VACC facilities from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation encompasses various operational years from 2024 to 2029, with a specific NAICS code of 561622 for locksmith services, adhering to the small business size standard of $25 million. Proposals will be evaluated based on technical capability, pricing, and past performance in accordance with FAR guidelines, with the aim to select the quote that provides the best benefit to the Government. Contractors are encouraged to submit their best offers since the Government may award the contract based on initial evaluations. Additionally, strict compliance with limitations on subcontracting and requirements for SDVOSB certification as defined by the Veterans Affairs Acquisition Regulation is mandated. This solicitation illustrates the VA's commitment to supporting veteran-owned businesses and ensuring quality services for its facilities.
    The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, establishing minimum wage requirements for federal contracts. It outlines two main minimum wage levels based on contract conditions: $17.20 per hour for contracts awarded or extended after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed or extended later. The determination covers various occupations in Pennsylvania, specifically in Lancaster County, detailing specific hourly rates for numerous job titles across multiple sectors, including administrative support, automotive service, healthcare, information technology, and more. Workers may also receive fringe benefits such as healthcare, vacation, and paid sick leave, with compliance specifics under Executive Orders. Contractors are required to classify any unlisted job titles through a conformance process to establish appropriate wage rates. This document serves as essential guidance for federal contractors seeking to comply with wage standards and to uphold worker protections as mandated by federal law regarding employment contracts.
    The U.S. Department of Labor's Wage Determination No. 2015-4231 outlines minimum wage and fringe benefit requirements for contractors under the Service Contract Act (SCA) across Pennsylvania, specifically in Lebanon County. Contracts awarded or extended post-January 30, 2022, must compensate covered workers at least $17.20 an hour, while earlier contracts retain a minimum of $12.90 per hour unless higher rates are specified. The document details wage rates for various occupations, emphasizing that certain job classifications may attract higher minimum wages according to Executive Orders 14026 and 13658. It also mandates health and welfare benefits, paid vacation, and holiday entitlements. Additionally, regulations concerning paid sick leave and uniform allowances are specified. The conformance process is outlined for occupations not listed in the wage determination, ensuring equitable pay based on job classification. This wage determination serves to protect workers and standardize compensation in government-related contracts, aligning with federal standards and policies for employee remuneration within the context of government RFPs and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1FE-- Lebanon NC Correct Cemetery Facility Condition Assessment 856CM3012
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for the Lebanon NC Correct Cemetery Facility Condition Assessment (FCA) Deficiencies project at the Lebanon National Cemetery in Kentucky. The project aims to address deficiencies in historic structures, enhance energy efficiency, and ensure safe access through comprehensive site preparation, demolition, and renovation work on various buildings, including the Lodge/Administration building and maintenance facilities. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $2,500,000 and $5,000,000. The full solicitation is expected to be available around September 20, 2024, and interested bidders should contact Contracting Officer Michael Giaquinto at michael.giaquinto2@va.gov for further information.
    Combined Synopsis Solicitation Grounds Maintenance Washington Crossing National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for grounds maintenance services at the Washington Crossing National Cemetery. The procurement includes a base contract period from October 15, 2024, to October 14, 2025, with four optional one-year extensions, focusing on maintaining the cemetery's appearance and ensuring respectful care for those interred. This contract emphasizes the importance of adhering to federal regulations and operational standards while upholding the dignity of veterans' memorials. Interested contractors must submit detailed proposals by September 27, 2024, and can direct inquiries to Contracting Officer Antionette Collins at antionette.collins@va.gov.
    X1DZ--Norristown Veteran Center Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a facility to serve as the Norristown Vet Center in Pennsylvania. The procurement aims to secure a modern, fully serviced space of at least 3,969 net usable square feet, designed to provide comprehensive services for veterans, including counseling and support. This initiative is crucial for enhancing the quality of care and accessibility for veterans, reflecting the government's commitment to their well-being. Interested lessors must submit their proposals by September 30, 2024, and can contact Lease Contract Specialist Trevor Seiling at Trevor.Seiling@va.gov or 412-638-5749 for further details.
    36C25524Q0379 Physical Security Upgrades EKHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the contract titled "36C25524Q0379 Physical Security Upgrades EKHCS," aimed at enhancing physical security systems at the Eastern Kansas Health Care System, specifically in Leavenworth and Topeka, Kansas. The project involves the installation of security cameras and intercoms, with a focus on improving outdoor video surveillance and securing executive leadership offices, in response to rising safety concerns. This initiative underscores the importance of robust security measures within healthcare facilities, ensuring the safety of both staff and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 20, 2024, at 3 PM CST, and can direct inquiries to Contract Specialist Sue Miller at susan.miller99@va.gov or by phone at 913-946-1958.
    S209--Laundry and Linen Services | Corporal Michael J. Crescenz VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for laundry and linen services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, Pennsylvania. The contract requires the contractor to manage the pick-up, laundering, and delivery of various textile items, including linens, uniforms, and patient clothing, while adhering to strict quality and sanitary standards as outlined in the Statement of Work (SOW). This initiative is crucial for maintaining the operational efficiency and hygiene standards necessary for the care of veterans. Proposals must be submitted by September 23, 2024, with inquiries directed to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov by September 18, 2024.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    G099--Low Demand Safe Haven Program
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Low Demand Safe Haven Program, aimed at providing transitional housing for homeless veterans with severe mental illnesses in the Baltimore area. This program is designed to serve veterans who are hard to reach and may be unwilling or unable to engage with traditional services, offering a low-barrier, non-threatening environment that focuses on stabilization and gradual reintegration into supportive services. The contract includes provisions for 24/7 staffing, meals, medication monitoring, and individual case management, with a total compensation of up to $19 million over a base year and four optional extensions. Interested vendors must submit their proposals by September 20, 2024, at 4:00 PM Eastern Time, and can contact Veronica B. Dillard at veronica.dillard@va.gov for further inquiries.
    J042--Fire Alarm Maintenance & Testing Service Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Fire Alarm Maintenance & Testing Service Contract at the Bedford VA Medical Center. This procurement aims to ensure the ongoing safety compliance of fire alarm systems through regular maintenance and testing, which is critical for the protection of healthcare facilities. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code J042, with a corresponding NAICS Code of 541990. Interested parties must submit their responses by September 17, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    F108--VISN Wide Regulated Medical Waste | NCO 4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 4 (NCO 4), is seeking proposals for regulated medical waste services across various Veterans Affairs Medical Centers (VAMCs) and clinics in Pennsylvania. The procurement aims to ensure the safe collection, transportation, sterilization, and disposal of regulated medical waste (RMW), which includes materials contaminated with blood or infectious agents, thereby enhancing compliance with health and safety regulations. This initiative is crucial for maintaining environmental and public health standards within healthcare facilities serving veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Ashley Zeccardo at ashley.zeccardo@va.gov or call 484-576-6002 for further details. The contract is structured as an Indefinite Delivery Vehicle, with performance periods beginning October 1, 2024, and extending through September 30, 2029.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.