Fire Door Repair and Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Fire Door Repair and Replacement services at the Corpus Christi Outpatient Clinic in Corpus Christi, TX. This Total Small Business Set-Aside opportunity requires the replacement of two fire doors (a set of double doors and frame). Offers are due by April 10, 2026, at 1:00 PM CT.
Scope of Work
The contractor shall provide all labor, materials, and supervision necessary to replace two (2) fire doors (set of double doors and frame) in accordance with the Statement of Work (SOW). Key requirements include:
- Removal, disposal, and installation of replacement external swinging steel doors and frames.
- Replacement doors must be steel with a 90-minute fire rating.
- Repair of existing doors and frames due to excessive clearance and exit device latching issues.
- Correction of excessive clearance and door strike engagement deficiencies.
- Provision of a one-year warranty for parts and labor.
- Site cleanup after removal and disposal of existing doors.
- Inspection, testing, and verification of new notification devices.
- Compliance with Joint Commission, NFPA, state, and local codes.
- Provision of a report detailing all door replacements, including location and address on client life safety prints.
- Affixing labels to compliant fire-rated doors and frames.
Contract & Timeline
- Contract Type: Solicitation (implied fixed-price for a one-time repair/replacement).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 321911 (Size Standard: 1000 Employees).
- Period of Performance: Within 30 days of contract award.
- Offers Due: April 10, 2026, 1:00 PM CT.
- Published Date: March 25, 2026.
Submission & Evaluation
Offerors must submit proposals via email. Required submission components include:
- A Capability Statement (maximum 3 pages) validating technical capability, including technical approach, methodology, and technique.
- A list of key personnel.
- References for up to 3 contracts within the last 3 years of similar size and scope.
- Copies of applicable permits, licenses, and certifications.
- Completed and signed FAR Clause 852.219-75 (Limitations on Subcontracting).
- Flat rate pricing submitted per line item.
Offers will be evaluated using a competitive best value selection process based on Technical Capability, Price, and Past Performance.
Additional Notes
All work is to be performed during normal business hours (Monday-Friday, 8:00 AM - 6:00 PM). Communication will be coordinated with the VA Point of Contact (POC) at the facility. Changes to the SOW must be authorized and approved in writing by the Contracting Officer (CO). Contractors will not have access to VA Desktop computers, online government resources, or protected Patient Health Information (PHI). Visual context for the existing conditions is provided in the 'Pictures.pdf' document.