The Department of Veterans Affairs (VA) is amending solicitation 36C10D25Q0129 for Fire Suppression Maintenance at the VBA Jackson Regional Office. This amendment extends the quote due date to September 16, 2025, incorporates responses to Requests For Information (RFIs), includes a revised Statement of Work (SOW), and schedules a second site visit on September 4, 2025. Key changes in the SOW involve monthly fire sprinkler system inspections, annual fire alarm system testing twice per contract year, and the repair of two malfunctioning backflow preventers. The solicitation also clarifies requirements for contractor qualifications, emergency response times, and documentation standards, emphasizing adherence to NFPA codes and VA safety policies. It outlines specific inspection and testing requirements for various fire suppression and alarm system components, including a detailed equipment list.
This amendment to Solicitation 36C10D25Q0129, issued by the Department of Veterans Affairs, addresses the Fire Suppression Maintenance at the VBA Jackson Regional Office. The purpose of this amendment is to incorporate responses to Request For Information (RFI) questions, including supporting photos, and to provide attendee lists for two site visits. Key details provided include specifications for malfunctioning backflow preventers (Watts Model 909 4” RP, Wilkins Model 375 RP 4”), other backflow preventers requiring inspection (Watts Model 909 4” RP, Wilkins Model 375A 3” RP, Wilkins Model 375 RP 4”), fire pump details (Centrifugal Fire Pump, Split Case, 4” 1844F), types and sizes of fire extinguishers (Model 10MB-6H Dry Chemical 10lbs, Model AA108339 22lbs), and the monitoring communicator type (Dual Path Dire Alarm Cell/IP). The document also confirms 3 elevators serving 3 floors and 2 standpipes. RFIs are due by September 9, 2025, and all quotes are due by September 16, 2025, to tiffany.garfield@va.gov. Submission requirements include a cover page, response to evaluation factors (Technical Qualifications, Relevant and Recent Past Performance), signed offer and amendment acknowledgments, a completed pricing schedule, current SDVOSB certification, and ensuring NAICS code 541350 is listed in SAM. This amendment extends the solicitation period and clarifies technical requirements for bidders.
Amendment 0003 to Solicitation 36C10D25Q0129, issued by the Department of Veterans Affairs, revises the Contract Line Item Numbers (CLINs) for a fire alarm and suppression system maintenance contract. The amendment extends the period of performance from October 1, 2025, to September 30, 2030, across a base year and four option years. Services include annual fire alarm system tests and inspections, quarterly performance inspections and repairs of the fire alarm panel and sprinkler system, monthly fire extinguisher inspections, and semi-annual steam cleaning of vent hoods and ANSUL system inspections. Additionally, the base year requires unique identifier numbers for all fire alarm devices, repairs to fire pull stations, and two malfunction backflow preventers. Option 3 includes a five-year internal and obstruction inspection of wet sprinklers and gauges. All services must comply with the Statement of Work (SOW) and NFPA fire standards. All other terms and conditions of the solicitation remain unchanged.
This amendment to Solicitation 36C10D25Q0129, issued by the Department of Veterans Affairs, extends the quote due date to September 18, 2025, at 12:00 PM EDT. The primary purpose is to incorporate the final Request for Information (RFI) with Veterans Benefits Administration (VBA) responses and clarify various aspects of the Fire Suppression Maintenance contract for the VBA Jackson Regional Office. Key clarifications include updates to the Statement of Work (SOW) regarding performance requirements for Joint Commission standards, the inclusion of fire alarm monitoring and internal 5-year obstruction inspections within the contract, and modifications to the scope of work for repairing pull stations. The amendment also addresses concerns about NICET certification requirements for technicians, confirms the last 5-year inspection date, and provides guidance on pricing different inspection items. Several questions regarding the Price/Cost Schedule are clarified by directing offerors to the updated SOW and relevant NFPA standards. Additionally, it confirms the removal of a flame detector from the device list, highlighting the dynamic nature of the RFP process.
The presolicitation notice outlines the requirements for a maintenance contract for the fire suppression systems at the Department of Veterans Affairs (VA) Jackson Regional Office. The contractor will be responsible for inspecting, testing, and maintaining a range of systems and equipment, specifically adhering to NFPA codes and VA standards. Key tasks include annual fire extinguisher inspections, scheduled maintenance, troubleshooting services, and conducting various inspections, including internal checks of wet sprinkler systems and automatic kitchen hood suppression systems.
The document details the contractor’s responsibilities, including safety requirements, the need for certification, and compliance with federal safety regulations. Regular inspections must align with specified times, and all services are to be documented meticulously. The contractor must maintain an inventory of fire alarm systems, report on deficiencies, and ensure that all employees adhere to proper conduct while on VA property. Invoices for services provided must follow specific guidelines to ensure timely processing and compliance. The overall purpose of this notice is to prepare for the solicitation of bids from qualified contractors capable of managing fire safety and maintenance in VA facilities, emphasizing safety and regulatory adherence throughout the contract duration.
This federal Request for Proposal (RFP) from the Department of Veterans Affairs (VA) seeks a Service-Disabled Veteran-Owned Small Business (SDVOSB) for comprehensive fire alarm and fire suppression system maintenance at the VBA Jackson Regional Office. The contract, spanning a base year and four option years (October 2025 to September 2030), requires annual fire alarm system inspections and smoke detector cleaning, monthly testing of the fire alarm panel, and monthly inspections of alarm devices. For fire suppression, it mandates annual fire extinguisher inspections, semi-annual steam cleaning of kitchen hood systems, monthly sprinkler system maintenance, annual backflow preventer testing, and semi-annual Ansul system inspections. The scope also includes one-time replacements of two backflow preventers and fourteen fire pull stations in the parking structure. Compliance with NFPA codes, OSHA, EPA, and VA safety policies is essential. A site visit is scheduled for August 14, 2025, with proposals due by September 5, 2025.
This government file is a fire alarm inspection report for the VA Regional Office at 1600 E. Woodrow Wilson, Jackson, MS, conducted from October 23-24, 2024. The report details general deficiencies, device-specific failures, and devices that could not be inspected. Key findings include two pull stations on the 4th-floor garage (M2-43, M2-44) that failed functionally due to no alarm when tested and prior water damage. Two duct detectors on the 3rd floor (M2-9, M2-10) failed visually, requiring housing replacement. A battery on the 3rd-floor NAC panel failed a load test. Additionally, four duct detectors could not be inspected due to inaccessible or unlocatable access chases. Overall, out of 186 devices, 177 passed, 5 failed, and 4 could not be inspected, specifically affecting batteries, duct detectors, and pull stations.