Posted: Aug. 13, 2025, 11:15 a.m. EDT
VENDOR QUESTIONS & ANSWERS (Q&As) Fisher House Gates (RFQ# 36C24825Q1022) Amendment 0001 The following questions were asked of the Government relating to the subject requirement which are hereby posted and responded to. Q&As: All cabling must be included. Question: Answer: How far away is the power source? Approximately 150 ft. How far is the control panel away from the barriers? Approximately 300 ft. Is there pathways available to use for new cabling or will new conduit and trenching be needed in order to pull cabling? There are pathways available. Existing wire may be used if verified working with no shorts in circuit. Are there any drawings of the site for reference? Yes, I will attach a drawing to this email. Bollards must be installed to protect the arms from vehicle damage. Question: Answer: Are there any specifications for these bollards? Diameter, height, color, style, manufacturer. I don t have any specs on the bollards. I would say equivalent to what is there. Diameter is about 6 in., height is about 5 ft., color is safety yellow, style is tough, no specific manufacturer. How many are required per arm? Two bollards total. One in front of the pedestal and one behind the pedestal. They are to protect the pedestal that the card reader is on. We also need the pedestal to be replaced. Card reader must be tied to CCure 9000 security system. Question: Answer: We are not an access control company so will we be terminating to the existing system or will the access control company perform that effort? Relay and card reader wire currently exists at location. Contractor will be required to make terminations into system. Electronics will be available to identify wiring. Do you have any other specifications on the type of card reader? Needs to have 200-bit Federal Agency Smart Credential Number (FASC-N) card format encryption and compatible with C-Cure. Current examples used at our facility are Wave Lynx ET20-3PS and HID pivCLASS RP40-H. What type of card should the reader use? PIV card. Do we need account for any cards? No. Who will be responsible for programming current badges to the system? VA staff will be responsible for programming. Question: Extension of due date and attached blueprint. Answer: Quotes must be emailed to Walida.MooreSaintil@va.gov and received No Later Than Monday, August 18th, 2025, by 15:00 pm EST on the close date.
Posted: July 29, 2025, 10:21 a.m. EDT
Combined Synopsis-Solicitation Description (i) This is a combined synopsis/solicitation for Replacement of Fisher House Parking Lot Gates at James A. Haley Veterans Hospital (JAHVH) Fisher House, 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. (ii) The solicitation number is 36C24825Q1022 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, Effective 6/11/2025. (iv) This solicitation is associated with NAICS code 812930 - Parking Lots and Garages has a small business size standard of $47.0 Million. The FSC/PSC is 5660 - Fencing, Fences, Gates and Components. This solicitation is being issued as unrestricted for full and open competition in accordance with FAR Part 6. All qualified businesses are invited to respond. To be considered as a Service-Disabled Veteran Owned Small Business (SDVOSB), prospective offerors shall be a verified SDVOSB in the Veteran Small Business Certification (VetCert) pages Veteran Small Business Certification (VetCert) https://veterans.certify.sba.gov/ at the date and time set for receipt of offers. Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. (v) All interested companies shall provide quotations for the following Line-Item Numbers (LINs): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ PROVIDE AND INSTALL PARKING LOT GATE ARM ASSEMBLIES FOR THE FISHER HOUSE GUEST PARKING AREA IN ACCORDANCE WITH STATEMENT OF WORK. PRINCIPAL NAICS CODE: 812930 - Parking Lots and Garages PRODUCT/SERVICE CODE: 5660 - Fencing, Fences, Gates and Components GRAND TOTAL __________________ (vi) JAHVH is seeking to receive Replacement of Fisher House Parking Lot Gates. (vii) Place of Performance/Place of Delivery James A. Haley Veterans Hospital (JAHVH) Fisher House 13,000 Bruce B. Down Blvd. Tampa, FL 33612-4745 (viii) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (ix) The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Approach: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. Technical Acceptability: Quote will be evaluated to determine if the vendor provides a sound, compliant approach that meets the requirements of the Statement of Work (SOW) and demonstrates a thorough understanding of the requirements. The technical and management approach will be evaluated to the extent to which it can meet and/or exceed Government s requirements as outlined in the solicitation and based on the information requested in the below section of the solicitation. Acceptable - Quote clearly meets the minimum requirements of the solicitation. Unacceptable - Quote does not clearly meet the minimum requirements of the solicitation. Appropriate consideration will be given to the following: Technical and Management Approach Quoters shall provide a brief detailed plan no more than 10 pages describing a full understanding of the requirements of this Statement of Work (SOW). Quoters has a clear and effective approach. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/ ; or any other reasonable basis. The Government may rely on internal documentation including Contract Performance Assessment Reporting System (CPARS) for supply being acquired to determine Past Performance. If no record of past performance is found in CPARS, the quoter shall not receive a favorable or unfavorable rating but shall receive a rating of neutral. Price: Price Shall Be Submitted Using On The Vendor s Own Form. The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. The following contract clauses apply to this acquisition: (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services . The following clauses are incorporated into 52.212-4 as an addendum to this contract: (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-13 System For Award Management Maintenance (OCT 2018) 52.204-18 Commercial And Government Entity Code Maintenance (AUG 2020) 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) 52.204-7 System For Award Management (OCT 2018) 52.204-9 Personal Identity Verification Of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.204-27 Prohibition On A Bytedance Covered Application (JUN 2023) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns (OCT 2022) 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns (SEP 2023) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (MAY 2022) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Jun 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management 852.203-70 Commercial Advertising (JAN 2008) 852.204-70 Personal Identity Verification Of Contractor Personnel (MAY 2020) 852.215-70 Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors (Deviation) (JAN 2023) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.232-72 Electronic Submission of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.237-70 Contractor Responsibilities (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (xiii) All responses must include verification that each specification outlined in the Line Items, SOW, and any relevant attachments is/are met. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to make no award if quote does not meet the requirements of this solicitation. CONTRACTOR IS RESPONSIBLE FOR CORRECT WAGE TITLE CLASSIFICATIONS OF THEIR EMPLOYEES AND COMPLIANCE WITH ALL APPLICABLE WAGE AND HOUR LAWS. The DOL Wage Determination for the specific locality applies to this solicitation and any contract awarded is available at https://beta.sam.gov/ Please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality. Florida Counties of Hernando, Hillsborough, Pasco, Pinellas Wage Wage Determination No.: 2015-4571 Revision No.: 27 Date of Last Revision: Jul 8, 2025 The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. SUBMISSION OF QUOTES. Quote should be submitted as One combined PDF document at or before the exact time specified in due date of this solicitation by email to the Point of Contact listed below to include: A Quote on company letterhead and any needed attachments. Quotes must be submitted on the vendor s own form. Provide Contractor Name, UEI#, Address, Point of contact(s) name, phone, and email. If NOT the manufacturer, then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award (If Applicable). Prices need to include any FOB destination shipping cost. The Government is requesting discounts, notate any discounts. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. There are no additional contract requirements, terms, or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) A site visit has been scheduled: Monday, August 4th, 2025, at 9:00am; Fisher House 1 gate. Any questions can be directed to Israel S. Vargas-Henriquez during the Site Visit. Contact: Israel S. Vargas-Henriquez Cellular Phone: (813) 614-6872 Quotes must be emailed to Walida.MooreSaintil@va.gov and received No Later Than Friday, 8/8/2025 15:00 pm EST on the close date. (xvi) Point of Contact: contact Walida Moore-Saintil at Walida.MooreSaintil@va.gov ; NO PHONE CALLS WILL BE ACCEPTED. NO LATES WILL BE ACCEPTED. End of Document
Background
This solicitation is issued by the Department of Veterans Affairs, specifically the James A. Haley Veterans Hospital (JAHVH), for the replacement of parking lot gates at the Fisher House. The Fisher House provides accommodations for veterans and their families, and the goal of this contract is to enhance security by replacing obsolete parking lot gates that currently lack proper access control.
Work Details
The contractor is required to furnish all labor, transportation, tools, equipment, and parts necessary to replace the parking lot gates for the Fisher House parking area. The existing gates are obsolete and have been removed, leading to unrestricted access. The scope includes:
- Replacement of two (2) parking lot gate arm assemblies with new barriers that prevent unauthorized vehicle access.
- Installation of one (1) card reader at the entry gate to limit access.
- Installation of protective barriers to prevent vehicles from circumventing the gate arms.
- All work must comply with manufacturer specifications and local safety regulations.
Place of Performance
James A. Haley Veterans Hospital (JAHVH), Fisher House, 13000 Bruce B. Downs Blvd., Tampa, FL 33612