Z1DA--CT Room Replacement Glass
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), specifically the White River Junction VAMC, is seeking a qualified vendor to provide and install a replacement operator viewing window in the CT Room. This is a combined synopsis/solicitation (RFQ), set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Quotes are due by February 9, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide and install a replacement operator viewing window in CT Room 142B, Building 1, VAMC WRJ. The window must be a single pane, 4' x 8', 1/4" (7 mm) thick, with 1/16" lead equivalency (1.6 mmpb), non-safety rated X-ray glass. Key tasks include:
- Reusing the existing window frame and side stops, without disturbing the surrounding wall.
- Removing and properly disposing of the existing glass.
- Installing the new lead-equivalent glass.
- Conducting a mandatory site investigation prior to bidding, with costs included in the proposal.
- Adhering to strict Infection Control measures (ICRA Class III, Group 2, Type C) and maintaining a minimum of two egress routes.
- Complying with VA requirements, FGI Guidelines, ADA, Joint Commission Standards, ANSI, SMACNA, IBC, NEC, NFPA, and VA design manuals.
- Submitting specifications and certifications for the glass for approval.
- Being responsible for all damages, materials, and work until completion and acceptance.
- Managing all construction debris removal, including providing a dumpster and HEPA carts for interior work.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for Commercial Products and Services.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561210 (Small Business Size Standard: $47 Million).
- PSC Code: Z1DA (Maintenance Of Hospitals And Infirmaries).
- Period of Performance: Anticipated 180 days, with installation expected within a single business day. The VA requires at least 45 days' notice prior to installation.
- Place of Performance: White River Junction VAMC, 163 Veterans Drive, White River Junction, VT 05009.
Submission Requirements
Offerors must submit:
- A Firm Fixed Price Quote.
- A completely filled and signed Limitation of Subcontracting form (VAAR 852.219-75).
- A technical capability statement or descriptive literature demonstrating ability to meet SOW requirements.
- A statement confirming acceptance of terms and conditions or listing exceptions.
- SAM.gov registration is required at the time of submission.
- Quotes must be emailed to Kenya.Mitchell1@va.gov.
Evaluation Factors
Award will be based on a comparative evaluation of quotes, considering:
- Technical: Extent to which the quote meets/exceeds requirements.
- Past Performance: Assessment of likelihood of success based on past records.
- Price: Total of all line-item prices.
- Certification: Acceptable/unacceptable basis for industry standards compliance. Award will be made to the responsible vendor whose quotation is technically acceptable and offers the lowest evaluated price to the Government.
Key Dates
- Questions Due: February 2, 2026, 5:00 PM EST (via email).
- Quotes Due: February 9, 2026, 5:00 PM EST.
- Published Date: January 28, 2026.