Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
ID: 36C26326B0004-0001Type: Solicitation
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 is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.

    Point(s) of Contact
    Dwayne BrauchContracting Officer
    (651) 293-3039
    dwayne.brauch@va.gov
    Files
    Title
    Posted
    TRINE Environmental, Inc. conducted an asbestos survey at the Fargo VA Medical Center – Building 1, from February 28th to March 31st, 2022. The survey aimed to identify and assess asbestos-containing materials (ACM) to support future renovation and demolition plans. Fifty-eight samples were collected and analyzed using Polarized Light Microscopy (PLM) and Transmission Electron Microscopy (TEM) methods. The report categorizes ACMs into surfacing materials, thermal system insulation (TSI), and miscellaneous ACM, further classifying non-friable ACM into Category I and Category II. Several locations within Building 1 were found to contain asbestos, including wall mastic (8% Chrysotile), floor tile (4% Chrysotile), mastic (6% Chrysotile), ceiling tile pucks (<1% Amosite/5% Chrysotile), and building seam caulk (3% Chrysotile). The survey provides a room-by-room breakdown of suspect materials, their condition, and asbestos content, along with recommendations for regulated ACM (RACM), Category I non-friable ACM (C1NF), Category II non-friable ACM (C2NF), and general recommendations.
    TRINE Environmental, Inc. conducted an asbestos survey at the Fargo VA Medical Center, Building 9, between February 28 and March 31, 2022. The survey's primary goal was to identify and assess asbestos-containing materials (ACM) across 17 buildings to support future renovation and demolition plans. Utilizing EPA-certified methods, 23 samples were collected and analyzed by EMSL Analytical, Inc. using Polarized Light Microscopy (PLM) and Transmission Electron Microscopy (TEM). The survey identified two instances of asbestos: a 12" x 12" floor tile in the BA-65 Renovation Area with 3% Chrysotile asbestos and another 12" x 12" floor tile in the 2A-66 Corridor containing 4% Chrysotile (tile) and 10% Chrysotile (mastic). Other tested materials, including various ceiling tiles, caulk, fireproofing, and sheetrock, showed no asbestos. The report categorizes ACMs, details analytical methods, and outlines limitations, emphasizing that undiscovered ACMs may exist due to inaccessibility.
    TRINE Environmental, Inc. conducted an asbestos survey at the Fargo VA Medical Center's Building 46 between February 28th and March 31st, 2022. The survey aimed to identify asbestos-containing materials (ACM) in 17 buildings, integrate previous survey data, and create a new database for future renovation and demolition plans. Dan Johnson, an EPA-certified inspector, performed the inspection, accessing all areas of Building 46. Seventeen suspect material samples were collected and analyzed by EMSL Analytical, Inc., an AIHA and NVLAP accredited laboratory, using Polarized Light Microscopy (PLM) or Transmission Electron Microscopy (TEM) methods. The report outlines survey methods, laboratory analytical methods, and limitations, emphasizing that interpretations and recommendations are based on collected samples and current conditions. All 17 samples analyzed from various materials like wall mastic, ceiling tiles, and floor tiles across multiple rooms and floors in Building 46 tested negative for asbestos, showing "None Detected."
    This document is an amendment (0001) to Solicitation Number 36C26326B0004 for the Department of Veterans Affairs, specifically for Project Number 437-23-105, "Replace Fire Alarm System" at the Fargo VAMC. The amendment, effective December 8, 2025, extends the bid opening hour and date for receipt of offers to December 18, 2025, at 10:00 AM. Its purpose is to publish questions and answers, the site visit agenda and attendees list, and various asbestos surveys for Buildings 01, 09, 46, the main building, and overall 2022 surveys. Additionally, it includes updated SOW Appendix 10 for reusable sleeve locations in outbuildings and the main hospital. All other terms and conditions of the original solicitation remain unchanged. Attachments include the pre-bid walk sign-in sheet, site visit agenda, contractor questions, and multiple asbestos survey reports and SOW appendices.
    The provided document, likely part of a federal government RFP or grant, details an asbestos material location survey conducted at the Fargo VAHCS at 210 Elm Street, Fargo, ND 58102, by Air Quality Associates (6678 Morningdale Dr, Brighton, MI 48116). The file includes multiple diagrams (ACM-01A to ACM-06) corresponding to different levels of the facility (Level B, First, Second, Third, Level 4, and Penthouse). Each diagram lists various asbestos-containing materials (ACM) such as Floor Tile, Floor Tile/Mastic, Ceiling Tile, Caulk, Mastic only, Adhesive, TSI (Thermal System Insulation) in linear feet and fittings, Transite Panels, Wall Mastic, and Transite/Pucks in square footage. The diagrams also indicate
    TRINE Environmental, Inc. conducted an asbestos survey at the Fargo VA Medical Center's Building 1 between February 28th and March 31st, 2022. The survey aimed to identify and assess asbestos-containing materials (ACM) across 17 buildings, supporting future renovation and demolition plans. Utilizing EPA-certified methods and AIHA/NVLAP accredited laboratory analysis (PLM and TEM), 58 samples were collected. The report categorizes ACM into surfacing materials, thermal system insulation, and miscellaneous ACM, further classifying non-friable ACM into Category I and II. Several materials in Building 1 were found to contain asbestos, including wall mastic (8% Chrysotile), floor tile (4% Chrysotile), mastic (6% Chrysotile and 10% Chrysotile), ceiling tile pucks (<1% Amosite/5% Chrysotile), and building seam caulk (3% Chrysotile). The survey provides crucial data for the safe management and abatement of ACM during future projects at the Fargo VA HCS campus, ensuring compliance and minimizing exposure risks.
    The provided file contains a list of numerical values: 189, 151, 141, 125, 81, 62, and 36. Without additional context, it is impossible to determine the main topic, purpose, or relevance of these numbers within the framework of government RFPs, federal grants, or state and local RFPs. The file consists solely of a series of decreasing integers, offering no textual information or descriptive content that would allow for an analysis of key ideas, supporting details, or the document's structure. Therefore, a comprehensive summary beyond simply listing the numbers cannot be generated.
    The provided file contains a sequence of single-digit numbers: 4, 4, 15, 21, 12, 4, 6. Given the context of government RFPs, federal grants, and state/local RFPs, this numerical sequence appears to be a list of data points or identifiers rather than a descriptive text document. Without additional context, the exact purpose or meaning of these numbers within a government file cannot be definitively determined. However, in the realm of government procurement and grants, such numerical lists often represent item quantities, codes, scores, project phases, or other quantitative metrics. The repetition of '4' suggests a possible grouping or categorization, while '15', '21', and '12' could indicate specific values related to criteria, timelines, or budgetary allocations. The varying magnitudes suggest a non-sequential or non-ordered data set. The document's structure is a simple list of numbers, without any accompanying text or headings.
    This government file outlines the comprehensive replacement of the existing fire alarm system in an active hospital, focusing on adherence to VA Fire Protection Manual (9th Edition, Nov 2023), 2022 NFPA 72, and NFPA 101 standards. The project involves replacing all detection devices, wiring, conduits, notification appliances, and control panels. It also includes specific modifications such as installing smoke detection in electrical, data, and head-end equipment rooms, and heat detection in mechanical spaces. Demolition of the old system will be phased to ensure continuous operation, with new components brought online before old ones are removed. The contractor is responsible for coordinating with a licensed fire suppression contractor for related testing and support. All new conduit will be red, and wiring must be installed in EMT conduit, adhering to strict NEC and NFPA guidelines for fire alarm circuits. The summary emphasizes the contractor's responsibility for site visits, obtaining permits, and ensuring full code compliance, pathway survivability, and system integration with existing BAS and elevator systems.
    This document addresses 82 questions regarding a government project, likely a federal RFP, focusing on a fire alarm system upgrade at a VA facility. Key areas covered include personnel requirements (Superintendent, SSHO, QC must be separate and dedicated roles), work hours (after-hours work required for sensitive areas like outpatient, critical care, and noisy activities), fire alarm system specifics (reuse of conduit and wiring limited to Building 1 and 52 additions, existing fire alarm contractor to maintain the old system until the new one is operational, multi-mode OM4 fiber between panels, 2-hour rated CI cable for SLC circuits), and environmental concerns (asbestos reports provided, contractor responsible for additional testing, no lead detected). It also clarifies that the period of performance includes badging and material procurement lead times, the VA will have a maintenance contractor for the existing fire alarm system, and external monitoring will continue. The project requires detailed power supply drawings and temporary storage space for the contractor. ICRA requirements mandate proper containment and direct outdoor venting for HEPA negative air exhaust. The Commissioning Agent is hired by the contractor, and schedule float is shared. The document emphasizes coordination with the VA for all aspects, including phasing, material substitutions, and temporary signage.
    The document outlines the agenda for a pre-bid site visit for Solicitation Number 36C26326B0004 PN: 437-23-105, which is for replacing a fire alarm system. This project is a 100% SDVOSB Set-Aside, restricting competition to verified Service-Disabled Veteran-Owned Small Businesses. The construction magnitude is estimated between $2,000,000.00 and $5,000,000.00, with a performance period of 540 calendar days. Bid, payment, and performance bonds are required, and proposals must include all applicable taxes, as no state sales tax exemption will be issued. The primary evaluation factor is the price proposal. All questions must be submitted via email to dwayne.brauch@va.gov by December 2, 2025, at 10:00 AM (CT) and will be answered via amendment. Proposals are due by email to the same address by December 18, 2025, at 10:00 AM (CT), following the instructions in the solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    J063--FY26 | Fire Alarm Maintenance | Base +4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for fire alarm maintenance services at the New York Harbor Healthcare System, with a contract period starting in February 2026. The procurement includes comprehensive services such as maintenance, repair, safety inspections, and upgrades for fire alarm systems across three campuses: Brooklyn VA Medical Center, New York VA Medical Center, and St. Albans Community Living Center. This opportunity is critical for ensuring the safety and compliance of fire alarm systems, which play a vital role in protecting the health and safety of veterans and staff. Interested parties must submit their capability statements and relevant documentation by December 12, 2025, at 4:30 PM ET to Contract Specialist Christopher Weider at Christopher.Weider@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.
    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.
    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 objective of this procurement is to modernize the existing fire alarm system across 37 buildings, ensuring compliance with NFPA standards and enhancing safety protocols. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated construction cost between $500,000 and $1,000,000, and a performance period of 300 calendar days. Interested firms must submit their qualifications via SF330 packages by December 19, 2025, at 10:00 AM Eastern Time, to Contract Specialist Matthew Curtis at matthew.curtis1@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.