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), Network Contracting Office (NCO) 21, is soliciting quotes for inspection, preventive maintenance, and repair services for automatic and fire-rated pedestrian door systems. This requirement covers seven VA Northern California Health Care System (VANCHCS) facilities. The acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a Firm-Fixed-Price contract anticipated. Quotes are due February 28, 2026.
Scope of Work
The contractor shall provide all labor, materials, tools, equipment, supervision, and transportation necessary to maintain automatic sliding and swinging doors, low- and high-energy operators, motion/presence sensors, control access systems, and fire-rated pedestrian doors. Services must ensure equipment functions safely, reliably, and in compliance with NFPA 80, NFPA 101, California Building/Fire Codes, ANSI/BHMA A156.10, A156.19 standards, and the VA Fire Protection Design Manual.
Key services include:
- Preventive Maintenance: Quarterly for automatic doors and annual inspection/functional testing for fire-rated doors and automatic door openers.
- Emergency & Corrective Repair: 24/7 emergency service with a response time not exceeding six (6) hours. Routine corrective maintenance during business hours requires a four (4) hour response time. Repairs requiring parts must be completed within 48 hours, subject to availability, using Original Equipment Manufacturer (OEM) or approved equal parts.
- Reporting: Detailed service reports and Fire Door Inspection Reports (compliant with NFPA 80) are required within 14 calendar days of service or at the time of invoicing.
- Training: Provide training on electric doors for local staff.
Place of Performance
Services are required at seven (7) locations within the VANCHCS:
- Sacramento VA Medical Center (Mather, CA)
- McClellan VA Outpatient Clinic (McClellan, CA)
- Mare Island Outpatient Clinic (Vallejo, CA)
- Travis Air Force Base – David Grant Medical Center (Fairfield, CA) (DBIDS access required)
- Travis Air Force Base – Sequoia Clinic (Fairfield, CA)
- Stockton Community Based Outpatient Clinic (French Camp, CA)
- Martinez Outpatient Clinic (Martinez, CA)
Contract Details
- Contract Type: Firm-Fixed-Price Request for Quote (RFQ) with Contract Line Items (CLINs) for unscheduled repairs.
- Period of Performance: March 1, 2026, through February 28, 2027.
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be listed in the SBA Veteran Small Business Certification (VetCert) database at the time of quote submission and award. Joint Ventures must meet 13 CFR 128.402 requirements. VAAR 852.219-75 (Limitations on Subcontracting) must be submitted.
- Wage Determination: WD 2015-5623 Revision 28 applies, specifying minimum wage rates and fringe benefits for the California counties of Alameda and Contra Costa.
- Key Personnel: Technicians must be American Association of Automatic Door Manufacturers (AAADM) certified or possess equivalent certification and experience.
Submission & Evaluation
- Quote Submission: Electronically via email to edwin.rivera@va.gov by February 28, 2026, 12:00 PM PST.
- Questions Due: In writing to edwin.rivera@va.gov by February 21, 2026, 12:00 PM PST.
- Evaluation Criteria: Proposals will be evaluated 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. The acquisition uses Comparative Evaluation (FAR 13.106-2(b)(3)).
- Required Submissions: Quotes must be separated into three volumes: Technical Capability, Past Performance, and Price/Administrative.
- Site Visit: A site visit is scheduled for February 5-6, 2026, and attendance is strongly encouraged.