N099--Re-key Main Facility and Clinics | Wilmington VAMC

SOL #: 36C24426Q0514Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
244-NETWORK CONTRACT OFFICE 4 (36C244)
PITTSBURGH, PA, 15215, United States

Place of Performance

Wilmington, DE

NAICS

Locksmiths (561622)

PSC

Installation Of Equipment: Miscellaneous (N099)

Set Aside

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

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 20, 2026, 2:00 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), specifically the Veterans Integrated Service Network 04 (VISN4), is soliciting quotes for Re-key Services at the Wilmington VA Medical Center and its affiliated Community-Based Outpatient Clinics (CBOCs). This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Government anticipates awarding one Purchase Order for this requirement.

Scope of Work

The contractor will provide comprehensive re-keying services, including the complete replacement, re-keying, configuration, and system update of the BEST A2 interchangeable core (IC) keying system. Key requirements include:

  • Pre-project assessment: Inventory and implementation plan.
  • Core Replacement: Replacement of all BEST A2 IC cores and re-pinning to support a new keying hierarchy.
  • Key Production & Distribution: Production and secure distribution of new keys (existing authorized quantities + 20% attic stock).
  • Database Update: Update and validation of the VA lock management database, including a complete, functional backup.
  • Secure Disposal: Secure off-site disposal of removed hardware.
  • Personnel Expertise: Personnel must be fully trained and experienced in BEST A2 IC systems and possess large-scale core replacement capability.
  • Compliance: Adherence to all applicable federal, VA, environmental, and occupational safety regulations (e.g., VA security policies, OSHA, 40 CFR, Delaware Title 7 & 16).
  • Equipment & Materials: Contractor must provide all necessary licenses, certifications, tools, equipment, materials, and vehicles.
  • Hours & Emergency Response: Work to be performed during VA authorized hours (8:00 PM – 4:30 AM, Monday through Friday), with mandatory 24/7 emergency locksmith support.

Contract Details

  • Contract Type: Purchase Order (Combined Synopsis/Solicitation - RFQ)
  • Period of Performance: Anticipated to begin June 13, 2026, and end December 13, 2026.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Responding SDVOSBs must complete, sign, and return VAAR clause 852.219-75.
  • Place of Performance: Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington, DE 19805.
  • Product Service Code: N099 (Installation Of Equipment: Miscellaneous).
  • Wage Determination: Bidders must factor in minimum wage rates and fringe benefits as per Attachment C (Wage Determination) for Delaware.

Submission Requirements

Offerors must submit:

  • Attachment B: Price Schedule (completed).
  • Cover Letter: Identifying company name, contact information, CAGE Code, and SAM Unique Entity ID (UEI) for prime and any teaming partners/subcontractors.
  • Technical Capability Statement: Addressing Key Personnel qualifications (BEST A2 IC System Expertise, Large-Scale Core Replacement, Professional Key Cutting/Testing/Distribution, Secure Handling/Disposal, Multi-Facility Assessment, Lock Management Database Update, Compliance), Contractor-Furnished Equipment and Materials Inventory, and Hours of Performance/Emergency Response Capability Plan.
  • VAAR Clause 852.219-75: Completed, signed, and returned.
  • Terms & Conditions Statement: Acknowledging acceptance or listing exceptions.
  • Amendment Acknowledgment: If applicable.

Evaluation Criteria

Award will be made to the responsible Offeror whose quote represents the best overall value to the Government, considering:

  1. Price: The Government reserves the right to award to an Offeror with other than the lowest price.
  2. Technical Capability: Demonstrated understanding of requirements and effective approach for service completion.
  3. Past Performance: Assessment of relative risks based on past performance record (e.g., CPARS, customer surveys, contracting officer's knowledge). Evaluation will be a Comparative Evaluation, directly comparing quotes to determine the "best" overall, rather than individual scoring or LPTA.

Key Dates & Contact

  • Questions Due: May 13, 2026, by 10:00 AM EST.
  • Quotes Due: May 20, 2026, by 10:00 AM EST.
  • Submission Method: Email quotes to Britni.Greenleaf@va.gov. Subject line: "Solicitation Number 36C24426Q0514 Wilmington Re-Key Services". Submissions must be 5MB or less per email.
  • Quotes Validity: 60 days from response date.
  • Contracting Specialist: Britni Greenleaf, Britni.Greenleaf@va.gov.

Important Notes

  • SAM Registration: Required prior to award (http://www.sam.gov).
  • VAAR 852.204-72 Personnel Vetting and Credentialing: Contractor personnel will undergo background investigations (Nonsensitive, Tier 1/Low Risk for Re-key Services). PIV cards will be issued for physical/logical access.

People

Points of Contact

Britni GreenleafContracting SpecialistPRIMARY

Files

Files

Download
Download
View

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026