Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
ID: 36C26326B0004Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.

    Point(s) of Contact
    Dwayne BrauchContracting Officer
    (651) 293-3039
    dwayne.brauch@va.gov
    Files
    Title
    Posted
    This government solicitation (36C26326B0004) is an RFP from the Department of Veterans Affairs, Network Contracting Office 23, for a Service Disabled Veteran Owned Small Business (SDVOSB) to replace the entire fire alarm system at the Fargo VA Health Care System. The project, with an estimated cost between $2 million and $5 million, requires a new digital, addressable voice notification system, including control panels, wiring, annunciators, and detectors, while keeping the old system operational during transition. Key dates include a mandatory site visit on November 25, 2025, questions due by December 2, 2025, and bids due by December 18, 2025, at 10:00 AM CT. Bidders must submit electronic bids via email, including SF 1442, amendments, price schedule, bid guarantee (SF24), and various certifications. A bid guarantee of 20% of the bid price (not exceeding $2 million) and performance/payment bonds (SF25/SF25A) for 100% of the contract amount are required. The contract will be a Firm-Fixed-Price type, and award is contingent on the low bidder being determined responsible and complying with all federal regulations, including SAM registration and CPARS. The project duration is 565 calendar days.
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for project #437-23-105, which involves replacing the fire alarm system at the Fargo VA Health Care System. This project is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (SBA) database. The construction budget is estimated between $2,000,000 and $5,000,000, with a NAICS code of 236220 (Commercial and Institutional Building Construction). The project entails replacing the entire fire alarm system with an upgraded addressable voice notification system, including new control panels, wiring, annunciators, notification devices, pull stations, and detectors, as well as establishing a new Fire Command Center. The period of performance is 565 days. The solicitation (IFB) will be available on or about November 17, 2025, via the System for Award Management (SAM) Contract Opportunity website, which is the sole official source for all documents and amendments. All prospective bidders must have a Unique Entity Identifier (UEI) and be registered and active in the SAM database.
    The Fargo VA Healthcare System is undertaking Project Number 437-23-105 to replace and upgrade its fire alarm system, with a due date of June 12, 2025. This project involves comprehensive electrical and mechanical work, including replacing coded tone alarm appliances with addressable speakers, installing new transponders for voice amplification, and integrating new smoke detectors with the Building Automation System (BAS). Key consultants include FourFront Design, Inc. for architectural and electrical engineering, and Veritas Fire Engineering, Inc. for fire protection. The project emphasizes strict safety protocols, infection control, and phased construction to maintain continuous medical center operations. The contractor is responsible for a detailed Critical Path Method (CPM) schedule, cost loading, and adhering to rigorous security and document control procedures. Furthermore, the contractor must develop a warranty management plan, conduct pre- and post-construction surveys, and ensure all utility services remain uninterrupted. Extensive testing and training for VA personnel are also required upon completion.
    Project Number 437-23-105 outlines the replacement of the fire alarm system at the VA Medical Center in Fargo, North Dakota. The existing analog system, which is at the end of its functional life, will be upgraded to an addressable voice notification system. This extensive overhaul includes new control panels, wiring, annunciators, notification devices, pull stations, and detectors across the campus. A new Fire Command Center will be established, utilizing existing fiber lines for communication. The project has a performance period of 540 days from the Notice to Proceed and an estimated cost range of $2,000,000 to $5,000,000. Key requirements include maintaining the old system until the new one is fully operational, minimizing downtime, and adhering to a six-phase implementation plan. This plan prioritizes patient care and operational continuity, moving from communication loop installation to backbone equipment, device installation, incremental building panel switchover, and finally, decommissioning and demolition of the old system. The project must comply with NFPA codes, VA facility standards, and other applicable regulations, with special attention to electrical systems and cybersecurity for the new communication infrastructure.
    The provided document, titled "Solicitation Questions and Answers," is a template for compiling questions and answers related to a government solicitation, likely an RFP or grant. It consists of a structured table with columns for "SOW Reference," "Question," and "Answer," followed by 20 numbered rows. The document's purpose is to serve as a comprehensive log for inquiries and their corresponding responses during the solicitation process, ensuring transparency and clarity for all involved parties. While the table is currently empty, its structure indicates its function as a critical communication tool in federal, state, or local government procurement, allowing for the systematic capture and dissemination of information to potential bidders or grantees.
    General Decision Number ND20250013 outlines wage rates and labor classifications for building construction projects in Cass County, North Dakota, effective from 2025. It stipulates minimum wage requirements under executive orders and the Davis-Bacon Act, including specific hourly pay for various trades. The document also details the appeals process for wage determination decisions and provides contact information for related inquiries.
    The VAAR 852.219-75 (JAN 2023) Deviation outlines limitations on subcontracting for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). For general construction contracts, contractors cannot pay more than 85% of the government-paid amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) listed in the SBA database. Similar rules apply to services (50%) and special trade construction (75%), excluding material costs. The offeror must certify compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications, including prosecution under 18 U.S.C. 1001. The VA may request documentation to verify compliance, and failure to provide it can lead to remedial action. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. A formal certification, signed and returned with the offer, is mandatory for consideration.
    The Fargo VA Health Care System is undergoing a comprehensive fire alarm system replacement project (Project Number: 437-23-105) at its 2101 Elm Street, Fargo, North Dakota location. This project, documented across two volumes, includes the demolition of existing fire alarm components and the installation of a new system, along with associated architectural and electrical work.The phasing plan prioritizes installation of the campus communication loop, followed by Fire Alarm Control Panels (FACPs) and transponders, and finally detection and notification devices. Installation in the main hospital (Buildings 1, 9, 46) is sequenced from top floors to lower floors, with specific work zones identified for efficiency and minimal disruption. Outbuildings also have a recommended installation sequence.The project emphasizes adherence to Infection Control Risk Assessment (ICRA) requirements, particularly regarding interior construction space exhaust with HEPA filtration and continuous negative pressurization monitoring. Contractor responsibilities include verifying existing conditions, coordinating demolition across trades, and ensuring proper repairs to maintain fire ratings and finishes after device removal. Veritas Fire Engineering, Inc. is the primary consultant for this project.
    This document outlines the records management obligations for contractors handling Federal records, defining Federal records as information made or received by a Federal agency in connection with public business, including agency records and contractor-created records, but excluding personal materials. Contractors must comply with all applicable records management laws, regulations, and NARA policies, including the Federal Records Act and Privacy Act of 1974. They are responsible for preventing unauthorized destruction or removal of records and must report any incidents to the agency. Contractors must also safeguard non-public information, obtain approval for subcontracts involving record disclosure, use government IT equipment only for authorized purposes, and not retain, use, sell, or disseminate copies of protected information. The agency owns the rights to all data and records produced under the contract. All contractor employees handling records must complete agency-provided records management training, and these requirements must flow down to all subcontractors.
    The Department of Veterans Affairs (VA) mandates annual privacy training for all personnel, including contractors and volunteers, to protect sensitive information. This specific training is for those without direct access to VA computer systems or sensitive data but who might incidentally encounter it. It outlines responsibilities for safeguarding medical, financial, or educational information and details safeguards to follow, such as securing found information and not sharing access credentials. The document defines VA sensitive information, protected health information, and incidental disclosures. It also lists six key privacy laws governing the VA and clarifies rules on the use and disclosure of protected health information, emphasizing that such information can only be used for treatment, payment, or healthcare operations with a need-to-know, or disclosed upon written request or legal authorization. Violations can lead to civil and criminal penalties, including loss of employment or contract. Personnel are required to report potential privacy violations to their VA/VHA Privacy Officer. All individuals must sign an acknowledgment of their responsibility to protect veteran information.
    Similar Opportunities
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract to connect Post Indicator Valves (PIVs) to the fire alarm system and upgrade fire zones in Building 78 at the Bath VA Medical Center in New York. The project involves installation, testing, and commissioning services to enhance fire alarm systems, including the integration of PIV supervision, installation of bollard protection, and the expansion of fire alarm zoning from one to eleven zones with voice alarms in living areas. This initiative is critical for ensuring the safety and compliance of the facility, which serves as a nursing home for veterans. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 180 days from the Notice to Proceed. Interested contractors must register in SAM, verify their Service-Disabled Veteran-Owned Small Business status, and submit bids by December 22, 2025, with a mandatory pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    648-23-100 FIRE ALARM TO VOICE
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), to provide and install the Edwards/EST-4 fire alarm system at the Vancouver VA Medical Center. The project involves replacing the existing Edwards EST-3 fire alarm system with the EST-4 platform, which includes the installation of fire alarm control panels, annunciators, and the necessary programming, testing, and commissioning to ensure compliance with NFPA standards and VA design guidelines. This upgrade is crucial for enhancing life safety systems across the campus, ensuring seamless integration with existing infrastructure, and maintaining operational safety during the transition. Interested vendors must submit their capability statements and relevant documentation to Colleen Nicholson at colleen.nicholson@va.gov by the specified deadline, as this notice is solely for market research and not a solicitation for proposals.
    Z1DA--550-23-102 Upgrade Fire Protection - Multiple Buildings - CON
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the project titled "Upgrade Fire Protection and Emergency Notification - Multiple Buildings" at the VA Illiana Healthcare System in Danville, IL. This project involves the installation of new, integrated fire alarm and voice evacuation systems across several buildings, including the replacement of existing fire alarm control panels, detectors, and associated wiring to ensure compliance with NFPA standards. The upgraded systems are crucial for enhancing safety protocols within the healthcare environment, ensuring effective emergency notifications and fire protection for occupants. Interested contractors should contact Contract Specialist Juan C Gaytan at Juan.Gaytan@va.gov for further details, with the project being categorized under NAICS code 236220 and PSC code Z1DA.
    Z2DA--590-24-115 Public Address System
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 6 (NCO 6), is seeking qualified vendors for the installation of a Valcom IP600 Public Address System at the Hampton VA Medical Center as part of project 590-24-115. The procurement aims to identify sources capable of providing Brand Name or Equivalent items, specifically Valcom components, for a construction project estimated to cost between $1,000,000 and $2,000,000. This project is critical for enhancing communication systems within the facility, ensuring compliance with the necessary specifications and standards. Interested vendors must submit their responses by December 5th, 2025, at 4:30 PM EST, and direct inquiries to Contract Specialist Aaron Holmes at aaron.holmes@va.gov and Contracting Officer Madeline Lucea-Pulst at madeline.lucena-pulst@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    C1DA--AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the AE Upgrade Fire Alarm Systems project at the Chillicothe VA Medical Center in Ohio. The project aims to modernize the existing Simplex Fire Alarm system across 37 buildings, ensuring compliance with NFPA standards and enhancing safety through upgraded panels, network cards, and system graphics. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $500,000 and $1,000,000, and submissions are due by December 9, 2025, at 10:00 AM Eastern Time. Interested firms must contact Contract Specialist Matthew Curtis at matthew.curtis1@va.gov or by phone at 937-268-6511 x4639 for further details.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.