The Department of Veterans Affairs (VA) is soliciting offers for a construction project to replace the fire alarm system in Building 25 at the West Texas VA Health Care System in Big Spring, TX. This Request for Quote (RFQ) is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The project, titled "519-24-400-NRM Install Fire Alarm Bldg. 25," requires the contractor to provide all equipment, labor, material, transportation, and supervision to replace the existing Honeywell system with a new Siemens system, ensuring linkage to the main building for monitoring. Key requirements include adherence to various building and safety codes, a mandatory site visit on December 10, 2025, a bid guarantee, and the ability to obtain performance and payment bonds. Quotes, including self-performed work calculations and evidence of SDVOSB status, are due by January 2, 2026, at 10:00 AM CST and must be submitted electronically to Eileen.Myers@va.gov. The contract award will be based on the lowest responsible price, with a construction magnitude estimated between $250,000.00 and $500,000.00.
This presolicitation notice announces an upcoming Request for Quotes (RFQ) for the installation of a new fire alarm system in Building 25 at the West Texas Veterans Administration Healthcare System (WTVAHCS) in Big Spring, TX. Project No. 519-24-400-NRM is set aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB), which must be verified by the SBA prior to offer submission. The contract will be a Firm-Fixed Price construction contract with a projected solicitation date of November 5, 2025. The project involves replacing the existing fire alarm system with a new one, including all necessary equipment, labor, material, transportation, and supervision, to be completed within 85 calendar days from the Notice to Proceed. The NAICS code is 238210 for Electrical Contractors, with a small business size standard of $19 million. Eileen Myers is the point of contact for this requirement.
The document outlines the bid specifications for the design and installation of a new fire alarm system at Building 25 of the US Department of Veterans Affairs. Key details include safety requirements, contractor responsibilities for site preparation and construction security, and the detailed provisions for adhering to quality control, environmental protections, and compliance with relevant laws and regulations. Emphasis is placed on proper waste management, adherence to safety regulations, and ensuring all construction practices meet specified standards.
The document outlines a riser diagram for a fire alarm control unit, detailing connections to a dedicated 120VAC/60Hz branch circuit. It emphasizes that the diagram illustrates general circuit routing requirements rather than specific configurations or exact quantities needed for design objectives. Additionally, it notes the provision of 24VDC auxiliary power by a new NAC and references existing Siemens Cerberus PRO Compact FV922 equipment.
The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2023-1.0) outlines minimum requirements for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-Scale, and Large-Scale, with increasing control measures for higher risk levels. The document specifies that the "Uninstall old Honey Well fire alarm system and Install new Simens fire alarm system" project in Building 25 is classified as Small-Scale. This classification necessitates specific control measures, including a hazard communication chemical inventory, interim life safety measures (ILSMs), hot work permits, Lock Out Tag Out (LOTO) procedures, and daily site inspections. The PCRA also mandates coordination with adjacent occupied areas, such as Building 25, to prevent operational disruption, especially given that patients are actively housed in the building. An Infection Control Risk Assessment (ICRA) is also required for this activity. The document includes a fillable permit form for posting at the activity site, detailing project information and required control measures to ensure patient and employee safety.
The VHA Infection Control Risk Assessment (ICRA) for Construction, Renovation, and Maintenance (VHA-ICRA-2023-1.0) outlines minimum requirements for preventing infection risks during healthcare facility construction activities. It categorizes activities (A, B, C, D) based on duration and dust generation, and patient risk (Low, Medium, High, Highest) based on the affected area. These categories determine the required level of infection prevention and control precautions (I, II, III, IV). The document details specific control measures for each level, to be implemented before, during, and after activities. It also includes a permit form for Level III and IV activities, which mandates continuous negative pressurization and critical barriers. The permit for Building 25, managed by Marcus Fernandez, specifies a Category C activity with Medium Patient Risk, requiring Level III precautions, emphasizing patient safety and minimal disruption.
The provided document, "PRICE SCHEDULE BREAKDOWN INSTRUCTIONS," outlines the fixed-price structure and invoicing guidelines for a government construction contract. It details how pricing for various construction divisions, aligned with Construction Specification Institute (CSI) standards, will be managed. Key instructions emphasize that the awardee is responsible for ensuring the accuracy of all formulas and transposing totals to the Price Summary. The document clarifies that the line item price breakdown serves informational purposes only and does not constitute separate billable deliverables. It also specifies that field office overhead and general conditions are considered interchangeable cost categories and will be applied only once to the contract and any subsequent changes. The price schedule itself lists numerous construction divisions (e.g., General Requirements, Concrete, Electrical) and subgroups (e.g., Facility Services, Site & Infrastructure), all initially priced at $0.00, along with other cost categories like insurance, taxes, and profit, culminating in a contract total.
The Department of Veterans Affairs (VA) is seeking approval for a brand-name construction contract to upgrade the fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System (WTVAHCS). The project involves replacing the existing Honeywell system with a Siemens fire alarm system to ensure compatibility and integration with the main Siemens system in Building 24. This action is justified under FAR 6.103-1, citing that only Siemens products will satisfy agency requirements due to proprietary protocols and the need for seamless interoperability with the existing campus-wide Siemens infrastructure. The contract will be a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, and the period of performance is 85 days after award. Market research confirms Siemens as the sole compatible solution, avoiding substantial costs, delays, and safety compromises associated with integrating alternative brands. The overall goal is to achieve a unified, reliable fire safety system across the WTVAHCS campus.