J036--REPLACE EXISITNG ROLLING STEEL DOOR LOCATED IN AUDIOLOGY, 2nd FLOOR at the MANHATTAN VAMC

SOL #: 36C24226Q0544Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Place of performance not available

NAICS

Other Building Equipment Contractors (238290)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Special Industry Machinery (J036)

Set Aside

No set aside specified

Timeline

1
Posted
May 1, 2026
2
Last Updated
May 1, 2026
3
Response Deadline
May 1, 2026, 2:00 PM

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), Network Contract Office 02, has issued a solicitation for the replacement of an existing rolling steel door located in the Audiology Department on the 2nd floor of the Manhattan VA Medical Center. This opportunity is for contractors to remove the old door and install a new motorized rolling security grille. Quotes are due by Friday, May 15, 2026, at 10:00 am EST.

Scope of Work

This project involves the complete removal of the current motorized rolling security grille, including its motor operator, guides, barrel assembly, bottom bar, and controls. The contractor will be responsible for the disposal of all removed materials. The core requirement is to furnish and install a new commercial-grade motorized rolling security grille suitable for healthcare environments. This includes a new electric motor operator (120v, single phase, 60Hz, 1 HP) with a wall-mounted control station and keyed switch, new guide rails, barrel assembly, bottom bar, and all necessary hardware. The installed system must be tested and adjusted to ensure smooth, reliable, and safe operation, complying with VA Technical Information Library (TIL), NFPA, NEC, OSHA, and applicable local codes. Integration with existing key switch systems and life safety systems is also required. A minimum one (1) year warranty on parts and labor is mandatory.

Contract & Timeline

  • Type: Solicitation / RFP / RFQ
  • Period of Performance: From Award Date through August 15, 2026.
  • Set-Aside: Unrestricted.
  • NAICS Code: 238290 - Other Building Equipment Contractors.
  • Product Service Code: J036 - Maintenance, Repair And Rebuilding Of Equipment: Special Industry Machinery.
  • Questions Due: Friday, May 8, 2026, 10:00 am EST.
  • Quotes Due: Friday, May 15, 2026, 10:00 am EST.
  • Published Date: May 1, 2026.

Submission & Evaluation

Offers must be submitted via email to Stephanie.Decker2@va.gov. Evaluation will be based on Technical Capability (demonstrated via a 5-page capability statement), Experience, and Price. The Government intends to evaluate offers and award without discussions. Detailed instructions for offerors and evaluation criteria are provided in Sections E.1 and E.2 of the solicitation.

Important Notes

Bidders must adhere to the VA Notice of Limitations on Subcontracting, completing and returning the certification with their bid. This document outlines specific percentage limitations for subcontracting based on contract type (services, general construction, or special trade construction); failure to comply will result in disqualification. Additionally, the New York County Wage Determination 2015-4187 is applicable, establishing minimum hourly wage rates and fringe benefits for service employees in the specified geographic area, which must be factored into labor cost calculations.

People

Points of Contact

Stephanie I DeckerContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: May 1, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: May 1, 2026