Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
ID: 36C25726Q0032Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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 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.

    Point(s) of Contact
    Eileen MyersContract Specialist
    (254) 987-0201
    Eileen.Myers@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    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.
    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.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.
    CTX Waco Bldg. 8 Access Control Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Buyer not available
    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.
    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.
    Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. The project aims to ensure the AC shop space is safe and functional, requiring the contractor to provide all necessary labor, materials, equipment, and testing to reconfigure electrical, mechanical, and plumbing systems, with some work scheduled after hours due to the facility's 24/7 operation. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, has a funding magnitude between $2,000,000 and $5,000,000, with a Request for Proposal (RFP) anticipated to be posted around November 28, 2025, and a response deadline of December 5, 2025. Interested parties can contact Contract Specialist Jose Portalatin at jose.portalatinrivera@va.gov or (915) 564-6100 ext. 6583 for further information.
    4210--FIRE EXTINGUISHER- REPLACEMENT AND INSTALLATION
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting bids for the replacement and installation of fire extinguishers at the Hampton VA Medical Center in Virginia. The project involves providing and installing various types of fire extinguishers, including 10 ABC, 5 ABC, and 2.5 non-magnetic de-ionized water extinguishers, along with necessary installation services, bar code labeling, inspection tags, safety seals, and database updates to ensure compliance with safety regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the safety measures within the facility. Quotes are due by December 10, 2025, at 11 AM EST, and interested vendors should submit their proposals via email to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.