Z2DA--Repair and Replace Doors 539-22-202
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
This is an Award Notice for the Repair and Replace Doors project (539-22-202) at the Cincinnati VA Medical Center and Ft. Thomas Domiciliary. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive door, frame, and hardware replacement, including general construction, electrical, technology, and abatement work. While the opportunity is marked as an Award Notice, specific awardee details are not provided in the available information.
Project Scope
The project entails replacing numerous interior and exterior doors, frames, and associated hardware across Buildings 1, 3, 15, and 64 at the Cincinnati VA and Ft. Thomas campuses. The scope includes demolition, furnishing labor and materials, and integrating new components with existing systems. Key aspects include:
- Hazardous Materials: Presence of asbestos (in wood fire door cores) and lead paint (on a door frame in Ft. Thomas VAMC) requires careful handling and abatement.
- Specialized Lock Systems: The project requires specific brand-name locksets (Johnson Controls PACS, Corbin Russwin, Best Access) to maintain compatibility with existing critical security and master key systems, as justified by sole-source approvals.
- Environmental & Safety: A National Environmental Policy Act (NEPA) review determined a Categorical Exclusion. Pre-Construction Risk Assessment (PCRA) and Infection Prevention and Control (ICRA) permits were mandatory, outlining strict safety and infection control measures.
- Labor Standards: Prevailing wage determinations for Campbell County, KY, and Hamilton County, OH, apply, requiring adherence to specified wage rates and fringe benefits.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 730 calendar days from receipt of Notice to Proceed.
- Estimated Magnitude: Between $500,000.00 and $1,000,000.00.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million.
Eligibility & Compliance
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors were required to be VA-certified SDVOSBs.
- Subcontracting Limitations: Contractors must comply with VAAR 852.219-75, limiting subcontracting to non-SDVOSBs (e.g., 85% for general construction, excluding material costs).
- Safety & Environmental Record: Bidders were required to submit a Pre-Award Contractor Safety and Environmental Record Evaluation Form, including OSHA 300 data and Experience Modification Rate (EMR).
- Personnel Requirements: VHA Directive 1192.01 mandates seasonal influenza vaccination for all Health Care Personnel (HCP), which may impact contractor staff working within VHA facilities.
Status
This is an Award Notice for the described project. The solicitation (36C25026B0003) had a response deadline of December 11, 2025.