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 proposals for inspection, preventive maintenance, testing, and repair services for automatic and fire-rated pedestrian door systems at seven locations within the VA Northern California Health Care System (VANCHCS). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The proposal due date has been extended to March 12, 2026, at 1:00 PM PST. Offerors are advised to wait for the forthcoming Amendment 0003 before finalizing their pricing and technical volumes, as it will include RFI responses, Price/Cost Schedule updates, and a revised Statement of Work.
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 safety, reliability, and compliance with NFPA 80, NFPA 101, California Building/Fire Codes, and ANSI/BHMA A156.10 and A156.19 standards. Performance is required at seven VANCHCS locations: Sacramento, McClellan, Mare Island, Travis Air Force Base (David Grant Medical Center & Sequoia Clinic), Stockton, and Martinez.
Key Requirements
- Preventive Maintenance: Quarterly for automatic doors; annual inspection/functional testing for fire-rated doors and automatic door openers.
- Emergency & Corrective Repair: 24/7 emergency service with a six (6) hour response time. Routine corrective maintenance during business hours requires a four (4) hour response.
- Parts: Repairs requiring parts must be completed within 48 hours, using Original Equipment Manufacturer (OEM) or approved equal parts.
- 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.
- Site Access: DBIDS access required 14 days in advance for Travis AFB locations.
Contract Details
- Contract Type: Firm-Fixed-Price 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.
- Evaluation: 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)).
- Eligibility: Offerors must be listed in the SBA Veteran Small Business Certification (VetCert) database at the time of quote submission and award.
Important Updates & Action Items
Amendment 0002 extended the proposal due date to March 12, 2026, at 1:00 PM PST. A subsequent Amendment 0003 is forthcoming, which will include consolidated RFI responses, updates to the Price/Cost Schedule, and a revised Statement of Work modifying the door inventory. Offerors are strongly advised to wait for the release of Amendment 0003 before finalizing their pricing and technical volumes. All other terms and conditions of the original solicitation remain unchanged.