Opportunity

SAM #36C24126Q0497

Comprehensive Door Inspection and Repair Services for Manchester VA Medical Center

Buyer

Department of Veterans Affairs

Posted

May 15, 2026

Respond By

June 04, 2026

Identifier

36C24126Q0497

NAICS

541350, 238290

The Department of Veterans Affairs, through its VA Connecticut Contracting Office, is seeking a contractor for comprehensive door inspection and repair services at the Manchester VA Medical Center. - Government Buyer: - Department of Veterans Affairs, VA Connecticut, Contracting Office - Scope of Work: - Quarterly inspections and reporting for approximately 135 fire/smoke doors (4 per year, each year) - Annual fire door reports summarizing inspections and corrective actions (1 per year, each year) - Stand-by service call labor hours for door repairs (160 hours per year, each year) - Provision of materials and parts for maintenance and repairs of approximately 1,000 doors (including fire/smoke doors), each year - Emergency repair response required within 4 hours - Compliance with NFPA 80 standards and safety protocols (PPE, LOTO, badging) - Technicians must be certified for fire door inspections - Use of authentic manufacturer parts or equivalents for repairs - Contract Structure: - Base year plus four option years (total of five years) - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - No specific OEMs or vendors are named in the solicitation - Notable Requirements: - 95% timely completion of inspections and 98% compliance for emergency response - Detailed quality assurance and performance oversight by government representatives - Place of Performance: - Manchester VA Medical Center, 718 Smyth Road, Manchester, NH 03104

Description

Combined Synopsis Solicitation Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2026-01; March 13, 2026. The most recent Federal Acquisition Circular can be found at Acquisition.gov. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $11.5 Million. The FSC/PSC is J042. The Manchester VA Medical Center, located at 718 Smyth Road, Manchester, NH 03104, is seeking a qualified contractor to perform comprehensive inspections and maintenance on all doors, including fire doors, at our main campus. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Quarterly Fire Door Inspections and Reports 4 QUARTERLY 0002 Annual Fire Door Report 1 YR 0003 Stand-By Service Call hours 160 HR 0004 Materials and Parts 1000 Doors 1001 Quarterly Fire Door Inspections and Reports - Option Year 1 4 QUARTERLY 1002 Annual Fire Door Report 1 YR 1003 Stand-By Service Call hours 160 HR 1004 Materials and Parts 1000 Doors 2001 Quarterly Fire Door Inspections and Reports - Option Year 2 4 QUARTERLY 2002 Annual Fire Door Report 1 YR 2003 Stand-By Service Call hours 160 HR 2004 Materials and Parts 1000 Doors 3001 Quarterly Fire Door Inspections and Reports - Option Year 3 4 QUARTERLY 3002 Annual Fire Door Report 1 YR 3003 Stand-By Service Call hours 160 HR 3004 Materials and Parts 1000 Doors 4001 Quarterly Fire Door Inspections and Reports - Option Year 4 4 QUARTERLY 4002 Annual Fire Door Report 1 YR 4003 Stand-By Service Call hours 160 HR 4004 Materials and Parts 1000 Doors DEPARTMENT OF VETERANS AFFAIRS STATEMENT OF WORK Service Contract: Campus Wide Doors and Fire Door Inspections and Repairs INTRODUCTION The VA Medical Center in Manchester is seeking a qualified contractor to perform comprehensive inspections and maintenance on all doors, including fire doors, at our campus. Service performance will be for the VAMC-Manchester at 718 Smyth Road, Manchester, NH 03104. BACKGROUND VA Manchester's fire doors as well as non-fire doors require periodic inspections and maintenance throughout the year. The Facility Service, Maintenance Department, needs assistance in maintaining proper inspections and maintenance to ensure proper operation and prevent failure of the fire protection system. Our current staff is short-handed, which affects timely maintenance and response to work orders. A service contract is needed to ensure proper and timely inspections and maintenance of campus-wide doors. The contractor shall provide quarterly and annual inspections & reports, as well as periodic maintenance to address deficiencies. The campus contains approximately 1,000 doors, including about 135 fire/smoke doors. This contract includes a base plus 4 option years. SCOPE Item 1: Quarterly Fire Door Inspections The contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items necessary to perform preventative maintenance, testing, and repair tasks for the described equipment. The contractor shall provide parts and labor for scheduled preventative maintenance (PM) for approximately 135 fire/smoke door assemblies, based on current VAMC Manchester life safety drawings, available upon request. The drawings will guide door location; any unidentified doors will be provided by VAMC Manchester. No change order will be considered unless there is more than a 10% variation from the stated number of doors. Inspections and maintenance shall follow NFPA 80: Standard for Fire Doors and Other Opening Protectives, 2025 Edition - Chapter 5. The contractor shall review, correct, and prepare a full inventory list (Excel format) of all fire door assemblies. Inspections will be quarterly, scheduled through the COR or designee during normal hours, and include: Checking that all door rating labels are intact and legible. Ensuring glazing, vision light frames, and beads are intact. Checking door clearances around frames and thresholds. Ensuring self-closure devices operate. Confirming inactive leaf closing before active leaf. Ensuring latching hardware operates and secures the door. Verifying auxiliary hardware does not interfere with operation. Ensuring modifications do not void labels. Checking gasket and edge seals for presence and integrity. Quarterly Report The report shall list inspected doors, results, pass/fail status, and be delivered within 14 days of inspection. A cost estimate for repairs will be included for each failed item, approved based on remaining funding. Subsequent quarterly reports will include corrections made since the previous report. Any defects or repairs required must be reported immediately, but no later than 14 days after discovery, with a written estimate of repair costs. Repairs may include: Repair or replacement of malfunctioning devices. Proper alignment of doors, frames, hinges, hardware, and thresholds. Replacing missing or broken parts. Filling or repairing holes or breaks in surfaces and frames. Item 2: Annual Report The contractor shall provide an annual report summarizing all quarterly inspections and corrective actions, including door locations, labels, repairs, failure types, and outstanding items. Item 3: Stand-by Services (Labor) The contractor shall provide on-call repair services, including labor for repairs related to doors across the campus. These hours are separate from inspection hours. Staffing shall be scheduled within two weeks of notification. The required labor hours are 160. Item 4: Materials and Parts (Non-Routine Repairs and Maintenance) The contractor shall supply parts and materials (costing up to $150 per door) for approximately 1,000 doors, including fire/smoke doors, for upgrades, replacements, and repairs. If costs exceed $150 per door, a repair list with a cost proposal will be provided within 14 days. Repairs shall commence within 14 days of cost approval, following manufacturer and legal standards, with original or equivalent parts. Extensions may be granted at the discretion of the COR, with proper justification. PERFORMANCE REQUIREMENTS All work must maintain system integrity and comply with OSHA, EPA, NFPA, VA, federal, state, and local regulations. Technicians must be certified/licensed prior to work, with copies submitted. Safety plans, including lock-out/tag-out, electrical safety, and SDS, must be approved by the COR before work begins. Site visits, including emergencies, shall be scheduled with the COR. Parts shall be authentic and installed as recommended. Work hours are 0700-1630 unless authorized otherwise. Emergency responses are within 4 hours. Work sites shall be left clean, with waste disposed of properly. Technicians must sign in/out at the contractor badge room and wear PPE. Delivery of materials shall be off-station, and all hazardous materials require prior approval with SDS. End-of-day cleanup is mandatory. Vehicles shall be parked in Lot D. Travel costs are included in the contract. DELIVERABLES Schedule of maintenance tasks at contract start. Prioritized contact list. Proposed equipment/materials for approval. Safety and lock-out/tag-out plans. SDS for all chemicals, approved before use. Post-visit reports within two weeks, including details of services, repairs, parts, and costs. QUALIFICATIONS Respondents must have an established business with full-time staff, including a qualified technician trained and experienced per NFPA 80 standards. Technician credentials and training certificates must be provided. The CO may verify and reject personnel. The contract period is from September 21, 2026, to September 20, 2027, with four optional yearly extensions. Places of Performance 718 Smyth Road, Manchester, NH 03104, UNITED STATES The FAR provisions and clauses applicable to this solicitation are available at https://www.acquisition.gov. The following FAR provisions and clauses apply: FAR 52.212-1, Instructions to Offerors - Commercial Products and Services (Sep 2023) FAR 52.212-2, Evaluation - Commercial Products and Services FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Services (Nov 2023) FAR 52.222-90, Addressing DEI Discrimination (Apr 2026) FAR 52.219-6, Notice of Small Business Set-Aside (Nov 2020) FAR 52.219-14, Limitations on Subcontracting (Oct 2022) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend Term (Mar 2000) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.203-11, 18, 52.204-7, 13, 209-6, 35, 36, 37, 41, 42, 43, 50, 62, 23, 3, 33, 40, 3, 4, 6, 1 VAAR 852.219-75, Limitations on Subcontracting (Nov 2022) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.204-70, Personal Identity Verification (May 2020) VAAR 852.204-72, Personnel Vetting and Credentialing (Feb 2026) VAAR 852.201-70, Contracting Officer's Representative (Dec 2022) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.219-73, VA Notice for Total Set-Aside for SDVOSB (Jan 2023) Wage determinations are provided as Attachments 4 & 5: Wage Determination 2015-4127 (Rev. 34) Wage Determination 2015-4119 (Rev. 33) All quotes must be submitted by Wednesday, 4 June 2026, at 5:00 PM EST to Shawn.Lawrence@va.gov. Questions are due by Wednesday, 27 May 2026, at 5:00 PM EST, and site visits are scheduled for Tuesday, 19 May 2026, at 11:00 AM EST. Contact Andrew O'Brien at andrew.obrien@va.gov or (603) 624-4366 to schedule attendance.

View original listing