Mental Health Over Door Alarm System and Installation
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) is soliciting proposals for a firm-fixed price purchase order for a Mental Health Over Door Alarm System and Installation at the VA Palo Alto Health Care System (VAPAHCS) in Palo Alto, CA. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The system is crucial for detecting and notifying caregivers of potential self-harm when a door is used as a ligature point within Mental Health Inpatient Wings. Proposals are due April 17, 2026.
Scope of Work
The contractor will provide all labor, materials, equipment, transportation, supervision, and services for the delivery, installation, testing, and training of a complete door detection and notification system. This includes installing a Door Controls USA Inc. Top Door Alarm, model TDA004, or equal, along with associated components such as top-of-door detection devices, control panels, display panels at nurses' stations, strobes/lights, horns/alarms, low-voltage cabling, and local keyed reset switches. The project involves:
- Replacing existing systems for 20 openings in Building 520, B Wing (Rooms B145-B111).
- Installing new systems for 13 openings in Building 520, B Wing (Rooms B170A-B115).
- Replacing existing systems for 20 openings in Building 520, C Wing (Rooms C145-C111).
- Installing new systems for 13 openings in Building 520, C Wing (Rooms C170A-C115). Work must be performed in an occupied inpatient Mental Health Unit, prioritizing patient safety and minimizing disruption. On-site training for VA staff and a minimum one-year warranty on workmanship are required. Bidders should consult Attachment A and B for detailed installation locations and existing conditions.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621 (Security Systems Services (except Locksmiths))
- Size Standard: $25 Million
- Period of Performance: Estimated Base Year from May 1, 2026, to September 30, 2026.
Submission & Evaluation
Offerors must submit signed and dated offers electronically by April 17, 2026, at 9:00 PM UTC. Submissions should include a STATEMENT OF CAPABILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, and SOCIO-ECONOMIC STATUS. Offers must be held firm for 60 calendar days. Evaluation will be a comparative process based on Technical capability, Past Performance, and Price.
Points of Contact
- Primary: Derek L Brown (Derek.Brown7@va.gov, 650-849-1904)
- Secondary: Mohammed F Hussain (mohammed.hussain2@va.gov, 916-923-4534)