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, has issued a Solicitation (Amendment 0001) for the upgrade of 4th Floor Nurse Call Systems at the Fort Harrison VA Medical Center in Fort Harrison, MT. This project, identified as 436-26-101, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The work involves installing new Rauland Responder 5 components and upgrading existing systems to ensure full integration with the current Rauland Ametek infrastructure. Proposals are due by April 21, 2026, at 10:00 AM MT.
Scope of Work
The contractor will furnish and install eleven (11) additional Rauland Responder 5 Waterproof Pull Cord Stations and upgrade two (2) existing Responder 4 systems to Responder 5. This includes specific components like corridor lights, patient stations, pillow speakers, and bed receptacles. All new components must seamlessly integrate with the existing Rauland Ametek nurse call system. The scope also covers removal and disposal of replaced items, installation of signal/control and electrical raceway, backbox, and wire, provision of 120VAC power, and repair/painting of affected drywall, ceilings, and floors. The contractor must coordinate with EVCO Integrated Solutions, the authorized Rauland Ametek dealer/installer.
Contract Details
This is a Firm-Fixed-Price contract with an estimated magnitude between $100,000 and $250,000. The Period of Performance is 40 calendar days from the Notice to Proceed (NTP), anticipated to begin May 1, 2026, and end June 10, 2026. A brand-name justification (P03 Determination) confirms the necessity of Rauland Ametek components for compatibility with the existing system, with EVCO Sound & Electronics, Inc. identified as the sole authorized distributor/installer in the Montana area.
Submission & Evaluation
Proposals are due by April 21, 2026, at 10:00 AM MT, submitted via email to Frances.Basham@va.gov. Questions were due by April 6, 2026, and answers have been provided in Amendment 0001. A non-mandatory site visit was held on April 1, 2026. Award will be based on Past Performance, Compliance Requirements, and Price. Offerors must be VISIBLE and VERIFIED by the SBA as an SDVOSB prior to proposal receipt. A bid guarantee and Performance/Payment Bonds are required.
Compliance & Safety
Bidders must adhere to strict safety and risk management protocols, including Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) requirements, as detailed in the provided templates. Compliance with VA security management programs, construction waste management, and sustainable construction requirements is mandatory. Offerors must also complete and submit the VA Notice of Limitations on Subcontracting—Certificate of Compliance (VAAR clause 852.219-75) and the Self-Performed and Subcontracted Worksheet, ensuring that for general construction, not more than 85% of the contract amount is paid to non-SDVOSB/VOSB firms.
Additional Notes
Prospective contractors must be registered in the System for Award Management (SAM). The primary point of contact is Frances Basham (CO) at Frances.Basham@va.gov.