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 project involves installing new Rauland Responder 5 equipment and integrating it with the existing Rauland Ametek system. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 21, 2026, at 10:00 AM MT.
Scope of Work
The contractor will furnish and install eleven (11) new 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 system. The project also requires coordination with EVCO Integrated Solutions, the authorized Rauland Ametek dealer/installer for the Montana area, due to brand-name justification for compatibility. Additional responsibilities include debris removal, adherence to Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) requirements, and compliance with OSHA, EPA, and Davis Bacon Wages.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Value: 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.
- Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries).
- Bonds: Bid Guarantee and Performance/Payment Bonds are required.
Submission & Evaluation
Proposals must be submitted via email to Frances.Basham@va.gov by April 21, 2026, 10:00 AM MT. Questions were due by April 6, 2026. 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 SBA-verified SDVOSBs and registered in SAM. A signed copy of the VAAR clause 852.219-75 Limitation on Subcontracting and the S02 Self-Performed and Subcontracted Worksheet are mandatory, demonstrating compliance with SDVOSB subcontracting limitations (at least 15% of personnel costs for SDVOSB employees/firms).
Additional Notes
Pre-construction submittals, a detailed "three-week look ahead" construction schedule, and daily work reports are required. Site investigation prior to bid submission is critical.