North Carolina Bids > Bid Detail

5340--Perimeter Security Doors

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159909455735213
Posted Date: Apr 4, 2024
Due Date: Feb 16, 2024
Solicitation No: 36C24624Q0407
Source: https://sam.gov/opp/82594fcbce...
Follow
5340--Perimeter Security Doors
Active
Contract Opportunity
Notice ID
36C24624Q0407
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2024 08:27 am EDT
  • Original Published Date: Feb 12, 2024 03:57 pm EST
  • Updated Response Date: Feb 16, 2024 11:00 am EST
  • Original Response Date: Feb 16, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 01, 2024
  • Original Inactive Date: Apr 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5340 - HARDWARE, COMMERCIAL
  • NAICS Code:
    • 332321 - Metal Window and Door Manufacturing
  • Place of Performance:
    Department Of Veterans Affairs Charles George VA Medical Center Asheville , NC 28805
    USA
Description
Sources Sought Notice

Sources Sought Notice

Sources Sought Notice
*= Required Field
Sources Sought Notice

DISCLAIMER:
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.
This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
This is a SOURCES SOUGHT for the Charles George VA Medical Center located at 1100 Tunnel Drive Asheville NC 28805. Information collected during this Sources Sought may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2024-02, effective 01/22/2024. The North American Industry Classification System (NAICS) number is 332321 (Metal Windows and Door Manufacturing). The NAICS size is 750 employees.
This is not a request for quotes. All interested parties shall respond no later than 2/16/2024 at 11:00AM EST. Submit responses to via email to Ruth Morris; ruth.morris@va.gov. Telephone responses will not be accepted.
FOB is Destination. Delivery Address: 1100 Tunnel Drive Asheville, NC 28805.
GENERAL:
All capable contractors are welcome to respond to this notice and provide a brief capability statement that covers the information in the statement of work. Your response must address capabilities specific to the services/items required in the statement of work and must include the following:
REQUEST COMPANY INFORMATION TO INCLUDE:
a. Company Name
b. SAM CAGE & Unique Entity ID under which the company is registered in Sam.gov/ https://veterans.certify.sba.gov/
c. Company Address
d. Point of contact name
e. Telephone number
f. Email address
g. Socioeconomic data
h. Company Business Size Status and representations of your business
i. Names and types of current federal contracts and/or contract vehicles that can be utilized for the
scope of the requirements.
To be considered an equal the supplies being offered shall have the salient characteristics of: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES:
Items Needed
Item Number
Description
QUANTITY
UNIT
1)
New doors and 6 new electric locking arrangements
Truck Trip
4
EA
2)
6-0 x 7-0 Oak Fire Rated Pair of doors Hosp Grade (hinges, mortise, flush bolts and strike preps)
2
EA
3)
4-0 x 7-0 Oak Fire Rated door (hinges and mortise prepped)
1
EA
4)
Hinges
6
EA
5)
LCN 4000 series closers
(delayed action)
2
EA
6)
Electrified Corbin
Storeroom Function Mortise Locksets w/power transfer
1
EA
7)
Corbin Storeroom Function
Mortise Locksets
5
EA
8)
Von Duprin 6000 Series
Electric Strikes
5
EA
9)
Fire Rated Armor Plates
34" high (for new doors)
3
EA
10)
Labor - remove the existing doors and hardware and replace with the 6 openings to the Pharmacy. Doors and
frames is to be modified as needed
1
JB
11)
UPS Freight and Crate for Doors
1
JB
Please submit responses via email in Microsoft Office format by 11:00 AM (Eastern Standard Time) 02/16/2024. Please include RFI# 36C24624Q0407 in subject title.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.


Pharmacy Perimeter Security
STATEMENT OF WORK
General. Special Requirement -- The Contractor will provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision, and technical expertise for 3 new doors and 6 new electric locking arrangements in Pharmacy, at Charles George VA Medical Center, Asheville, NC.
Coordination. Maintenance and Operations Services will serve as the focal point and Contracting Office Representative (COR) for this contract.
The Contractor must pre coordinate work and if needed, associated outages with the COR or designated POC. This work will be accomplished during regular work hours. The contractor will respond to Building 47, Room BF129 (EB-22) on the prescheduled date/time, and contact the COR. Contact must be made with the COR prior to accomplishing the start of any work.
The COR will be immediately notified whenever the work requirements, relating to the sanitization, interfere with normal VAMC operations.
Specific Requirements. The Contractors work shall include, but not be limited to:
Furnish 2 6-0 x 7-0 Oak fire Rated Pair Doors Hosp Grade, 1 4-0 x7-0 Oak fire Rated door, 6 -Hinges, 2- LCN 4000 series closers, Electrified Corbin Storeroom Function Mortise Locksets w/Power Transfer, 5 Corbin Storeroom Function Mortise Locksets, 5 Von Duprin 6000 Series Electric Strikes, 3 Fire Rated Armor Plates 34 High.
Install 3 new doors and 6 new electric locking arrangements.
NOTE: Work is being completed in a hospital environment. The Contractor must take all precautions to ensure all tools and materials are under continuous observation and accountability. At no time will tools be left unattended or unsecured.
When complete, notify the COR to inspect and accept all accomplished work.
Provide the COR all documentation and warranty information concerning installed components/equipment and work accomplished.
Ensure all invoicing documents are submitted in-accordance with the instructions provided in the formal contract.

(4) Other Station Rules and Guidelines. The Contractor will adhere to the following station rules.
4.1. All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical and Building). All Department of Veterans Affairs regulations and codes will be complied with.

4.2. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally.

4.3. This is a federal facility as well as a medical center. As such, there is NO tobacco or Vapor usage allowed inside any federal building or on the grounds. The COR will brief the Contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate s ticket and fine.

4.4. Parking will be in designated lots. Consult with the COR as to allowable parking and material drop-off.

4.5. Any work requiring a shutdown or utility outage will be requested in advance and scheduled by the COR prior to the work being accomplished.

4.6. The Contractor will coordinate his activities with the COR to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and will restore the fire barrier to its rating through the use of fire stopping. The Contractor and his personnel will be trained and certified to use and apply fire stopping prior to its application and at the Contractor s expense.

4.7. The Contractor will be responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The Contractor will be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation

4.8. Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The Contractor will provide to the COR a list of employees expected to work on this contract. This list will be on company letterhead and contain the employees name, driver s license number, address, and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge.

4.9. Identification Badges will be picked up from Work Order Desk Room BF129 (EB-22) in the Basement of Building 47.

4.10. Prior to commencing work, general contractor shall provide proof that an OSHA designated competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present .

4.11. Compliance Awareness Training shall be completed by vendor prior to access to Charles George VAMC. Vendor has responsibility for Duty to Report any fraud, waste and abuse witnessed while on VA premises to the Compliance Officer.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >