J042--Fire and Electric Doors PM and Repairs
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), specifically the VA Northern California Health Care System (VANCHCS), is soliciting quotations (RFQ 36C26126Q0302) for Fire and Electric Door Preventive Maintenance and Repairs. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The deadline for quotation submission has been extended to March 16, 2026, at 1:00 PM PST.
Scope of Work
The Contractor shall provide all labor, materials, and supervision for comprehensive maintenance services across designated VANCHCS locations, including Mather, McClellan, Vallejo (Mare Island), Fairfield (Travis AFB), French Camp (Stockton), and Martinez, CA. Services encompass:
- Annual Fire Door Inspections & Testing (CLIN 0001), adhering to NFPA 80.
- Routine Preventive Maintenance for automatic sliding doors and electric door openers (CLIN 0002), performed quarterly for sliding doors and annually for systems with automatic openers.
- Unscheduled Corrective Repairs for fire doors (CLIN 0003, NTE $50,000) and electric doors (CLIN 0005, NTE $100,000).
- Emergency Callouts (CLIN 0004, NTE $6,000 per callout), requiring an on-site response within 12 hours.
- VA Staff Familiarization Training (CLIN 0006), with a minimum of two hours per location, per quarter. All services must comply with ANSI/BHMA A156.10, A156.19, NFPA 80, NFPA 101, California Building Code (CBC), California Fire Code (CFC), and the VA Fire Protection Design Manual. AAADM certified technicians are required.
Contract Details
This is a Firm-Fixed-Price (FFP) Request for Quotation. The period of performance is anticipated from March 1, 2026, through February 28, 2027. The Price/Cost Schedule has been restructured, deleting CLIN 0007 (Overhead & Profit); quoters must now incorporate these costs into their fully burdened pricing for other CLINs. Wage Determination WD 2015-5623 Revision 28 applies to this acquisition.
Submission & Evaluation
Quotes must be submitted electronically to edwin.rivera@va.gov by the deadline. Evaluation will be based on Technical Capability (Technical Approach, Management Plan/Key Personnel), Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price. Offerors must be listed in the SBA Veteran Small Business Certification (VetCert) database at the time of submission and award. Joint Ventures must meet 13 CFR 128.402 requirements. Proposals must be separated into three volumes: Technical Capability, Past Performance, and Price/Administrative.
Key Amendments & Instructions
Amendment 0003 is the latest update, extending the quotation due date to March 16, 2026, at 1:00 PM PST. It also removed "105 Hickam Ave, Travis, AFB, CA" from the SOW, revised the emergency response time to 12 hours, and restructured CLINs with Not-To-Exceed (NTE) amounts for unscheduled repairs and emergency callouts. Quoters MUST base their pricing and technical submissions on the Revised SOW and Revised Price/Cost Schedule attached to Amendment 0003 and acknowledge its receipt by signing and returning the SF 30.