J042--Fire and Electric Doors PM and Repairs

SOL #: 36C26126Q0302RFQSolicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Martinez, CA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)

Set Aside

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

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Feb 28, 2026, 8:00 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 Contracting Office (NCO) 21, is soliciting quotes for inspection, preventive maintenance, testing, and repair services for automatic and fire-rated pedestrian door systems across seven (7) VA Northern California Health Care System (VANCHCS) locations. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by February 28, 2026, at 12:00 PM PST.

Scope of Work

The contractor will provide all labor, materials, tools, equipment, supervision, and transportation for comprehensive services on 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, and ANSI/BHMA A156.10 and A156.19 standards. Training on electric doors for local staff is also required.

Key Requirements

  • Preventive Maintenance: Quarterly PM for automatic doors and annual inspection/functional testing for fire-rated doors and automatic door openers.
  • Emergency & Corrective Repair: Unscheduled maintenance and repairs upon request. Emergency after-hours service (24/7) with a response time not exceeding six (6) hours. Routine corrective maintenance during business hours requires a four (4) hour response time.
  • Parts: Repairs requiring parts must be completed within 48 hours, subject to availability. All parts must be Original Equipment Manufacturer (OEM) or approved equal.
  • Certifications: Technicians must be American Association of Automatic Door Manufacturers (AAADM) certified or possess equivalent certification and experience.
  • Reporting: Detailed service reports and NFPA 80 compliant Fire Door Inspection Reports are required within 14 calendar days of service or at the time of invoicing.

Place of Performance

Services are required at seven (7) VANCHCS locations in California: Sacramento VA Medical Center (Mather), McClellan VA Outpatient Clinic, Mare Island Outpatient Clinic (Vallejo), Travis Air Force Base – David Grant Medical Center, Travis Air Force Base – Sequoia Clinic, Stockton Community Based Outpatient Clinic (French Camp), and Martinez Outpatient Clinic. DBIDS access is required 14 days in advance for Travis AFB locations.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) with Contract Line Items (CLINs) for unscheduled repairs.
  • Period of Performance: March 1, 2026, through February 28, 2027.
  • Wage Determination: WD 2015-5623 Revision 28 applies, covering Alameda and Contra Costa Counties, CA.

Submission & Evaluation

  • Quotes Due: 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 Factors: 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)).
  • Submission Format: Quotes must be separated into three volumes: Technical Capability, Past Performance, and Price/Administrative.

Eligibility & 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, with the managing partner certified in VetCert. VAAR 852.219-75, VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction, must be submitted.

Important Notes

A site visit is scheduled for February 5-6, 2026, and attendance is strongly encouraged. Detailed inventories of fire doors and automatic doors are provided as attachments to assist bidders in understanding the scope.

People

Points of Contact

Edwin RiveraContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Mar 12, 2026
View
Version 6
Solicitation
Posted: Mar 11, 2026
View
Version 5
Solicitation
Posted: Mar 9, 2026
View
Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 28, 2026
Version 1
Solicitation
Posted: Jan 28, 2026
View