H342--Fire Extinguishers Inspections for Overton Brooks VA Medical Center
ID: 36C25625Q0601Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H342)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors for fire extinguisher inspections and maintenance services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement requires the selected contractor to perform monthly and annual inspections, certifications, and the replacement of damaged or malfunctioning fire extinguishers to ensure compliance with state, local, and federal regulations. This initiative is critical for maintaining safety standards within the medical facility, reflecting the VA's commitment to providing a secure environment for both staff and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their electronic quotes by April 23, 2025, at 4:00 PM Central Time, with inquiries directed to Contracting Officer Ross Futch via email at ross.futch@va.gov. A mandatory site visit is scheduled for April 14, 2025.

    Point(s) of Contact
    Ross FutchContracting Officer
    (713) 770-2830
    ross.futch@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for fire extinguisher inspections and maintenance at the Overton Brooks VA Medical Center in Shreveport, LA. This Request for Quotation (RFQ), numbered 36C25625Q0601, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contract requires the selected contractor to conduct monthly and annual inspections, certifications, and replacement of damaged or malfunctioning fire extinguishers to comply with applicable regulations. Interested vendors must submit their electronic quotes by April 23, 2025, at 4:00 PM Central Time, with inquiries directed to Contracting Officer Ross Futch via email. A mandatory site visit is scheduled for April 14, 2025. The procurement reflects the VA's commitment to ensuring safety within its facilities and emphasizes the importance of compliance with fire safety regulations. The associated NAICS code is 541990, which encompasses various professional and technical services.
    The document outlines the requisition and contract details for the Overton Brooks VA Medical Center Fire Extinguisher Service Contract. It aims to establish comprehensive inspection and maintenance services for approximately 400 fire extinguishers to ensure safety compliance with NFPA, OSHA, and VA regulations. The contract spans five years, including a base year and four optional extensions, and is set for a total award amount of $19.5 million. Key responsibilities of the contractor include performing monthly and annual inspections, issuing timely documentation, and replacing non-operational fire extinguishers. The contractor must also comply with specific safety requirements, such as using personal protective equipment and following outlined protocols for accessing restricted areas. The document emphasizes the government’s focus on safety, compliance, and maintaining operational efficiency while providing a detailed scope of work, performance monitoring criteria, and necessary clauses for contract execution. Overall, this initiative reflects the VA's commitment to ensuring a safe environment for patients and staff at the medical center.
    The document outlines the cancellation of the RFQ (Request for Quotation) numbered 36C25625Q0601, issued by the Department of Veterans Affairs’ Network Contracting Office 16. The cancellation, effective immediately, is attributed to recent personnel changes within the agency and a reevaluation of internal procedures for tracking and monitoring responses from industry participants. As a result, the existing solicitation requirement is deemed invalid, and no proposals or quotations related to this RFQ will be accepted. The department advises interested parties to refrain from submitting any proposals pertaining to the canceled requirement, emphasizing that a new solicitation will be posted on June 26, 2025. The document reiterates that all other terms and conditions from previous related documents will remain unchanged. Stakeholders are encouraged to monitor SAM.gov for future updates on this and similar requirements, ensuring ongoing awareness of pertinent acquisition opportunities within the agency.
    The document details the inventory and inspection of portable fire extinguishers at Overton Brooks Medical Center for fiscal year 2025. It systematically catalogs extinguishers across multiple buildings, including their locations, types, and serial numbers. The inventory categorizes extinguishers by type—ABC, CO2, Class K, Halotron, and Water—indicating compliance with safety regulations and fire prevention standards. The extensive breakdown includes quantities, with a total of 319 listed extinguishers, reflecting a rigorous preparedness strategy. The organization of data serves as a critical resource for safety audits, maintenance schedules, and emergency management protocols, reaffirming the medical center's commitment to maintaining a safe environment for staff and patients. This documentation is pivotal for government RFPs related to safety compliance and emergency response planning.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically for contracts in Louisiana's Bossier, Caddo, De Soto, and Webster parishes. It outlines wage standards and fringe benefits that contractors must follow for various occupations. Contractors are required to pay at least the minimum wage specified under Executive Orders 14026 and 13658, which will be adjusted annually. The determination specifies wage rates for a wide range of job titles such as administrative support, automotive service, food service, healthcare positions, and technical occupations. Additionally, it emphasizes that workers may be entitled to higher wages based on these Executive Orders. The document also provides guidance on other benefits, including paid sick leave, health and welfare provisions, and vacation time. Moreover, it includes a conformance process for occupational classifications not listed, ensuring fair compensation across all relevant job roles under government contracts. This summary reflects the requirement for compliance with wage standards in federal contracts while highlighting worker protections in various occupations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J012--Fire and Smoke Door Inspection and Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Fire and Smoke Door Inspection and Repair services at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. This procurement involves conducting annual inspections and necessary repairs of fire and smoke doors over a base year with four option years, requiring contractors to have specific qualifications, including Service-Disabled Veteran Owned Small Business (SDVOSB) status and ANAB ISO/IEC 17020:2012 accreditation. The services are critical for ensuring compliance with safety standards and regulations, including adherence to various NFPA codes and VA manuals. Interested parties must submit their responses by December 22, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    H312--586-26-1-523-0001 Fire and Life Safety Survey
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Fire and Life Safety Survey Services at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. The contractor will be responsible for evaluating compliance with the 2024 Edition of NFPA 101, Life Safety Code, and other relevant codes, which includes conducting visual inspections, verifying hazardous rooms and egress, and performing a 20% random survey of fire barriers above ceilings. This procurement is crucial for ensuring the safety and compliance of the facility's fire and life safety systems. Interested small businesses must submit their proposals by December 18, 2025, at 11 AM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information.
    S222--FY26 Medical Waste Removal Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the FY26 Medical Waste Removal Services at the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. This procurement, which is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires contractors to provide comprehensive medical waste disposal services, including regulated medical waste, chemotherapy waste, and pharmaceutical waste, along with necessary maintenance and repair of housekeeping equipment. The contract will span from January 1, 2026, to December 31, 2030, with proposals due electronically by December 19, 2025, at 1:00 p.m. CST. Interested parties should contact Christopher Rossi at christopher.rossi2@va.gov for further details and are encouraged to attend a mandatory site visit on December 12, 2025, at 10:00 a.m. CST.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fire extinguishers, specifically NSN 4210013887854. The requirement includes a total of 900 units to be delivered to the DLA Distribution San Joaquin within 195 days after order, along with an additional unit to be delivered within 120 days. Fire extinguishers are critical for ensuring safety and compliance in various operational environments, making this procurement essential for maintaining safety standards. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is crucial for ensuring the reliability and safety of the electrical distribution system, which is vital for the operation of the medical facility. Interested parties must submit their proposals by the extended deadline of January 8, 2026, at 10:00 AM PST, and should direct inquiries to Contract Specialist Alan C Perez at alan.perez@va.gov.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract requires comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on ensuring the safe and efficient operation of critical mechanical systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should note the extended deadline for offer submissions is December 24, 2025, at 1:00 PM CST, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.