H363--Fire Alarm Server Support
ID: 36C25225Q0378Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (H363)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide fire alarm server support services for the Tomah VA Medical Center. This procurement involves maintenance services for the Security Information Systems (SIS®) Alarm Center software, including comprehensive support that encompasses equipment, labor, and software updates under a firm fixed-price contract. The services are critical for ensuring the efficient operation and ongoing support of alarm systems, which are essential for the safety and security of the facility serving veterans. Interested parties should contact Contract Specialist Lori Eastmead at lori.eastmead@va.gov for further details, and note that the solicitation includes a set-aside for small businesses, with specific compliance requirements and guidelines for invoicing and payment.

Point(s) of Contact
Lori EastmeadContract Specialist
(414) 844-4840
lori.eastmead@va.gov
Files
Title
Posted
Apr 11, 2025, 5:09 PM UTC
The presolicitation notice from the Department of Veterans Affairs seeks contractor support for the Fire Alarm Server. The contractor will oversee the maintenance and operational support of the Security Information Systems (SIS®) Alarm Center® software at the Tomah VA Medical Center located in Tomah, Wisconsin. This project is designated for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code H363 and NAICS Code 561621. Interested parties must submit their responses by April 17, 2025, at 9:00 AM Central Time. The contracting office is situated at 115 South 84th Street, Suite 101, Milwaukee, WI. The scope of work encompasses providing all necessary equipment, materials, labor, supervision, and travel costs to ensure the effective maintenance of the alarm system. This solicitation reflects the government's initiative to procure specialized services while promoting veteran-owned businesses within the contracting process.
Apr 11, 2025, 6:10 PM UTC
The document outlines a Request for Quote (RFQ) from the Department of Veterans Affairs (VA) for maintenance services concerning the Security Information Systems (SIS®) Alarm Center software at the Tomah VA Medical Center. The acquisition is primarily geared towards providing comprehensive support, including equipment, labor, and software updates, under a firm fixed-price contract. Key compliance requirements include adherence to multiple safety standards, the provision of 24/7 technical support, and submission of detailed reports post-service. Additionally, the contractor must ensure personnel meet specific qualifications with relevant experience and training. The solicitation specifies a set-aside for small businesses and includes guidelines for invoicing and payment. A significant emphasis is placed on the use of electronic invoicing systems to facilitate payments. Security protocols are highlighted, prohibiting unauthorized access or actions within the facility. This procurement aims to ensure the efficient operation and ongoing support of the alarm systems essential for the safety and security of the VA medical facility, reflecting the government's commitment to maintaining high standards for veteran services and facility management.
Apr 11, 2025, 6:10 PM UTC
The document appears to be a technical report or communication related to government Request for Proposals (RFPs), federal grants, or local/state funding opportunities. It emphasizes the importance of structured proposals and funding guidelines, mentioning several key components that applicants must follow. The main topic includes the necessary elements for successful submissions, likely focusing on project initialization, compliance with regulatory standards, and detailed assessments of project risks. Comprehensive documentation is critical, including pre-construction surveys, hazard assessments, and environmental considerations, such as managing hazardous materials. Furthermore, guidelines surrounding project safety, compliance with local regulations, and adherence to technical standards emerge as pivotal points. Supporting details underline the necessity for meticulous preparation and transparency in funding proposals. The communication specifies the significance of hazard mitigation and ensuring the safety of involved parties while also addressing environmental impacts. Overall, the report serves as a guide for stakeholders involved in proposing projects for federal or state funding, ensuring that they comprehend compliance expectations and the essential details that submissions must encapsulate.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
N063--Intrusion Alarm Upgrade Services
Buyer not available
The Department of Veterans Affairs intends to award a contract for Intrusion Alarm Upgrade and Installation Services for the VA Bedford Healthcare System in Massachusetts on a sole source basis. This procurement aims to enhance the security systems within the healthcare facility, ensuring compliance with federal regulations and improving safety measures. Interested vendors must register in the SAM and VetCert databases prior to contract award, and inquiries can be directed to Contracting Officer Tara Dossiema at Tara.Dossiema@va.gov or by phone at 603-624-4366 x5129. This notice serves as a special announcement and is not a solicitation, with the determination for competitive procurement at the discretion of the Contracting Officer.
Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Fort Wayne Campus of the VA Northern Indiana Health Care System, under Project No. 610A4-20-107. This project, estimated to cost between $2,000,000 and $5,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and requires the installation of a nonproprietary fire alarm system, along with training for VA maintenance personnel. The work must be completed within 270 days from the notice to proceed, with proposals due by May 23, 2025, following a site visit on May 1, 2025. Interested contractors should direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov, ensuring compliance with all federal contracting regulations and wage determinations.
N063-- NEW Installation of Fire Alarm Annunciator
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the installation of a Fire Alarm Annunciator system at the Roseburg VA Medical Center in Oregon. This procurement aims to enhance the facility's fire safety measures by installing a new alarm monitoring panel that complies with the latest National Fire Protection Association (NFPA) codes, requiring all necessary labor and materials for the project. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to be awarded as a firm-fixed-price agreement with a performance period from July 1, 2025, to June 30, 2026. Interested contractors must submit their proposals by May 1, 2025, and are encouraged to contact Contract Specialist Robert B Weeks at robert.weeks@va.gov for further information.
Amendment 0003 | N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the repair and replacement of fire alarm systems at the Central Arkansas Veterans Healthcare System campuses in North Little Rock and Little Rock, Arkansas. The project, identified as N063--598-22-125, involves replacing the existing Edwards fire alarm system with an EST-4 programmable Fire Alarm Control Panel, ensuring minimal disruption to hospital operations while adhering to strict safety and security protocols. This procurement is crucial for maintaining high standards of patient and staff safety within VA medical facilities, with a contract value estimated between $2 million and $5 million. Interested offerors must submit their proposals by April 30, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov.
J063--Sources Sought Closes 04/29/2025
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 5, is seeking vendors capable of providing contractor services for the installation of a motion intrusion detection system at the Perry Point VA Medical Center in Maryland. The project requires the contractor to supply all necessary materials, labor, and equipment, ensuring the new system integrates seamlessly with existing security and fire alarm systems, while adhering to strict safety and environmental regulations, including compliance with OSHA standards. Interested vendors must respond to this Sources Sought Notice by April 29, 2025, providing detailed information about their business capabilities and relevant experience, with responses directed to Contract Specialist Patricia Thai at patricia.thai@va.gov. This notice is for planning purposes only and does not constitute a solicitation for contract proposals.
C1DZ--523-25-004 Replace Fire Alarm A/E
Buyer not available
The Department of Veterans Affairs is seeking qualified architectural and engineering (A/E) firms to provide comprehensive services for the replacement of fire alarm systems across all buildings at the Jamaica Plain Veterans Affairs Medical Center (VAMC) in Boston, MA. The project entails developing complete design documents, specifications, cost estimates, and construction schedules, while ensuring compliance with VA and Massachusetts codes, and allowing for phased work to maintain ongoing medical operations. Interested contractors must demonstrate relevant experience in similar projects, particularly those involving fire alarm system replacements valued between $5 million and $10 million. Responses to this sources sought notice are due by 2:00 PM EDT on May 1, 2025, and should be submitted to Contract Specialist Alexis Duda at Alexis.Duda@va.gov.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the SBA's Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested contractors must submit their proposals electronically by May 1, 2025, and can direct inquiries to Morgan Hockaday at morgan.hockaday@us.af.mil or Austin D. Palrang at austin.palrang@us.af.mil.
6350--Surveillance System Upgrade
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a sole source contract to OES System Solutions LLC for the upgrade of surveillance equipment at the Nebraska-Western Iowa VA Health Care System. This initiative aims to enhance the safety of veterans, aligning with the Veterans Affairs Acquisition Regulations (VAAR) that prioritize verified veteran-owned small businesses for such contracts. The procurement is justified under the authority of 38 USC 8127(c), allowing for a single-source solicitation when deemed appropriate. Interested veteran-owned small businesses that believe they can meet the requirements are encouraged to submit their capability statements to Contracting Officer John Milroy at john.milroy@va.gov by 4:00 PM Central Time on April 29, 2023, for consideration in determining whether to proceed competitively.
N042--Replace and Install Fire Doors - Garland
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement and installation of fire doors at the Garland VA Medical Center in Texas, under solicitation number 36C25725Q0469. The selected contractor will be responsible for providing supervision, labor, and materials, ensuring compliance with fire safety regulations and using asbestos-free materials throughout the project. This initiative is crucial for enhancing safety standards at VA facilities and reflects the agency's commitment to maintaining quality infrastructure for veterans' care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by 10 AM Central Time on May 6, 2025, with a total project budget of $22 million and a service period running from May 10, 2025, to September 30, 2025. For further inquiries, contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or by phone at 254-922-1975.
H342--Life Safety Device Inspection, Testing and Maintenance Services for the Salt Lake City VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking bids for a firm-fixed price contract to provide Life Safety Device Inspection, Testing, and Maintenance Services for the Salt Lake City VA Health Care System. This procurement aims to ensure the safety and compliance of life safety devices within the facility, which is critical for the protection of veterans and staff. The solicitation is set to be released around April 24, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises. Interested vendors should reference solicitation number 36C25925Q0223 in all communications and are responsible for monitoring the Contract Opportunities website for updates and amendments, as no hard copies will be distributed.