Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2026 SAM #8815
SOURCES SOUGHT

H -- Base +4 Fire and Smoke Door Inspections and Repair Services at Jesse Brown VAMC, Chicago, IL.

Notice Date
1/12/2026 8:36:58 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25226Q0196
 
Response Due
1/15/2026 8:00:00 AM
 
Archive Date
03/16/2026
 
Point of Contact
Lemke, Justin, Contract Specialist, Phone: 414-844-4800 ext. 40193
 
E-Mail Address
Justin.Lemke@va.gov
(Justin.Lemke@va.gov)
 
Awardee
null
 
Description
This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform Fire and Smoke Door Inspection and Repair Services at Jesse Brown VAMC. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) Milwaukee, WI is soliciting businesses for Fire and Smoke Door Inspection Services at Jesse Brown VAMC on a Base +4 Option Year Contract. It is understood that all firms submitting a response to this Sources Sought will have an established business in the Fire Alarm Inspection / Testing industry with a minimum of three (3) years consecutive experience in performing these types of services in adherence with NFPA Standards. The firm must also be licensed or capable of obtaining the necessary licensing required to perform these services within the State of Wisconsin. The following NAICS Code has been identified for this requirement: 561621 - Security Systems Services (except Locksmiths) Interested firms shall provide an overview of their firm s capabilities and experience with projects similar in size and scope of this project. Capability statements must include: a. Company Experience in providing services, to include number of years and any examples of current contracts in place with government or commercial entities; b. Customer point of contact information for contracts listed in company experience along with a description of services provided under the contract (types of services provided, volume of trips per year, geographic service area covered, etc.); c. Number of technicians currently employed; d. Description of the ability to provide immediate emergency access and communication between customers and their personnel 24 hours a day, 7 days a week; e. Current hours of operation; f. Examples of Quality Control Programs and Procedures currently utilized by your firm; g. SAM UEI and DUNS number; h. Organization Name and Assumed Name/dba (if applicable); i. Organization Address; j. Point of Contact (including name, title, addresses, telephone number, fax number, and Email address); k. Business size under NAICS code 561621 (small business, other than small business, Woman-Owned, etc...); l. Socio-economic status (If SDVOSB or VOSB provide SDVOSB/VOSB CVE verification or VIP Profile); m. GSA contract number (if a GSA contract holder); n. Current state licensing possessed and a brief overview of that state s licensing requirements. If not currently licensed in Wisconsin, discuss any lead-times and processes your firm would take to obtain necessary licensing to perform these services in the State of Wisconsin. (All information shall be submitted in Word or PDF format, not to exceed 25 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 561621. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding business size and socio-economic status. Scope of Work: Contractors shall provide all tools, materials, components, labor, and supervision to conduct a 15-point NFPA 80-101 inspection/inventory of 585 door openings. See attachments Bldg.40, Bldg. 1A,1B,1C, and Bldg.11A 11B. Small repairs to assets will be completed during inspection. The repairs listed will be conducted on doors requiring these specific repairs to be compliant. Repairs Include: Installation of mutes Repairing of small holes in doors/frames Door closer adjustments Removal of excessive signage Removal of material from glazing Replacing missing screw(s) Installation of hinge filler plates After the inspection is complete, a comprehensive inspection report must be provided. This report must include a full inventory of all assets, the overall pass/fail of barrier assemblies, and a detailed list of repairs needed to bring any deficient doors into compliance. Disclaimer and Important Notes: All information must be received no later than Thursday, 01/15/2026 at 10:00 AM (Central Time). Email information to Justin Lemke, Contracting Specialist, at Justin.Lemke@va.gov. The Government will valuate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A SPECIFIC SMALL BUSINESS SOCIOECONOMIC CONTRACTING PROGRAM, SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/35b38de5ab2d406abb8da1319b606c8f/view)
 
Place of Performance
Address: Jesse Brown VA Medical Center 820 S. Damen Avenue, Chicago, IL 60612-4223, USA
Zip Code: 60612-4223
Country: USA
 
Record
SN07684491-F 20260114/260112230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.