Z2DA--4th Floor Nurse Call Systems FY26 | 436-26-101 | CON
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 NETWORK CONTRACT OFFICE 19 (36C259), is soliciting proposals for the upgrade of 4th Floor Nurse Call Systems at the Fort Harrison VA Medical Center in Fort Harrison, MT. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires a General Contractor to enhance the existing Rauland Ametek nurse call infrastructure. Proposals are due by April 21, 2026, at 10:00 AM MT.
Scope of Work
The project involves upgrading the Nurse Call infrastructure on the 4th Floor of Building 154. Key tasks include:
- Furnishing and installing 11 additional Rauland Responder 5 Waterproof Pull Cord Stations in patient restrooms.
- Upgrading 2 Responder 4 systems to Responder 5 in patient rooms, including specific components like corridor lights, patient stations, pillow speakers, and bed receptacles.
- Ensuring all new components seamlessly integrate and operate with the existing Rauland Ametek system.
- Coordinating with EVCO Integrated Solutions, the authorized Rauland Ametek dealer/installer for the region.
- General Contractor responsibilities include repairing any damage to VA property, providing all construction debris removal (including dumpsters and HEPA carts), furnishing and installing electrical raceway/backbox/wire, and providing 120VAC power as needed.
- Adherence to Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols is mandatory.
- A critical site investigation is required prior to bid submission to verify conditions and quantities.
Contract Details
- Contract Type: Firm-Fixed-Price
- Project Magnitude: Between $100,000 and $250,000
- Period of Performance: 40 calendar days from Notice to Proceed (NTP).
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard $45M)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Warranty: 1-year warranty on all items.
Submission & Evaluation
- Proposals Due: April 21, 2026, 10:00 AM MT, via email to Frances.Basham@va.gov.
- RFIs/Questions Due: April 6, 2026, 11:00 AM MT, via email.
- Non-Mandatory Site Visit: April 1, 2026, 11:00 AM MT.
- Evaluation Factors: Past Performance, Compliance Requirements, and Price. Award will be based on Past Performance and Price.
- Mandatory Documents: Offerors must submit a completed
S02 - Self-Performed and Subcontracted WorksheetandS22 LOS Certificationto demonstrate compliance with subcontracting limitations. - Eligibility: Offerors must be VISIBLE and VERIFIED by the Small Business Administration (SBA) prior to proposal receipt and registered in SAM.
- Requirements: Bid guarantee and Performance/Payment Bonds are required.
Additional Notes
Pre-construction submittals (safety plans, quality control plans, schedules, materials) are required prior to NTP. The contractor must provide daily work reports and maintain an RFI log. Coordination with the COR and clinical staff is essential to minimize disruptions to patient care.