Z1DA--Upgrade Locksmith Security 583-26-503
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 Richard L. Roudebush VA Medical Center in Indianapolis, IN, is soliciting proposals for an Upgrade Locksmith Security project. This Firm-Fixed-Price contract requires the provision, installation, and testing of security and access devices in Rooms C-B009 & C-B009A. This opportunity is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Quotes are due by March 31, 2026, at 10:00 EDT.
Scope of Work
The contractor will furnish all supervision, labor, tools, transportation, materials, supplies, equipment, and licenses to upgrade security and access devices. Key deliverables include:
- Provision and installation of specific security and access devices, including "One Best" brand electrified mortise locks, Stanley Door Hardware electric hinges, George Risk Industries door switches, and AC-HID Signo PIV 40 proximity readers.
- Installation of VA-provided electronic devices (keypad, motion detector, siren/alarm).
- Provision and installation of all necessary conduit, cabling, and terminations.
- Comprehensive testing of all installed devices.
- Compliance with applicable regulations, codes, standards, and specifications (VA, OSHA, NIST).
Detailed technical specifications are provided in "ATTACHMENT VI - Specifications-Complete.pdf", covering general requirements, electrical systems, security systems (physical access control, intrusion detection, video surveillance), and firestopping.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 60 calendar days from receipt of Notice to Proceed.
- Magnitude of Construction: Estimated less than $25,000.00.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), size standard $45 million.
- Published Date: February 24, 2026.
- RFI Deadline: Close of business March 13, 2026.
- Offer Submission Deadline: March 31, 2026, at 10:00 EDT.
- Offer Acceptance Period: 120 calendar days.
Eligibility / Set-Aside
This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be VA-certified SDVOSBs listed on the SBA's Small Business Search at the time of quote submission and prior to award. Joint ventures are eligible if they meet specific 13 CFR part 128 requirements. Compliance with the nonmanufacturer rule and limitations on subcontracting (VAAR 852.219-75) is required.
Submission & Evaluation
Quotes must be submitted via email only to Stacie.Hill@va.gov. Offerors must acknowledge any amendments and submit a completed and signed copy of VAAR clause 852.219-75. System for Award Management (SAM) registration is mandatory. An organized site visit is scheduled for March 5, 2026, at 1:00 PM.
Additional Notes
Several attachments (I, II, III, IV) detail "Single Source Determination and Findings" for specific items, indicating that certain components (e.g., Best locks, Stanley electric hinge, George Risk switch, HID Signo PIV 40 reader) are required due to compatibility with existing facility systems.