J012--Facilities Maintenance | Fire Door/Extinguisher Inspection/Maint | Fire Pump PM & Flow Testing (VA-25-00029913)
ID: 36C24425Q0284Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for facilities maintenance services, specifically focusing on fire door and extinguisher inspections, as well as fire pump preventive maintenance and flow testing at the Lebanon VA Medical Center in Pennsylvania. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and falls under NAICS Code 561621, emphasizing the importance of safety and compliance with national and local codes in fire control equipment maintenance. The contract will span a base year with four optional years, evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with responses due by March 21, 2025, at 2:00 PM Eastern Time. Interested parties should direct inquiries to Contract Specialist Keri Lewis via email at keri.lewis2@va.gov.

    Point(s) of Contact
    Keri LewisContract Specialist
    email only.
    keri.lewis2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals through Request for Quote (RFQ) 36C24425Q0284 for facilities maintenance services, specifically focusing on fire pump preventive maintenance (PM) and flow testing at the Lebanon VA Medical Center, Pennsylvania. This solicitation is designated as a Service-disabled Veteran-owned Small Business Set-Aside and falls under NAICS Code 561621. The contract will be for a base year plus four optional years, evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quoters must submit their responses accurately via email, ensuring a clear distinction between administrative, technical, and pricing sections, while adhering to strict guidelines to avoid disqualification. Key requirements include registration in the System for Award Management (SAM) and adherence to subcontracting regulations. Questions regarding the solicitation must be sent to the Contract Specialist, Keri Lewis, by a specified deadline. Overall, this document outlines the procedural and compliance steps for potential contractors, emphasizing the importance of precise submission and adherence to federal acquisition regulations.
    This document is an amendment to a previous combined solicitation for Facilities Maintenance related to Fire Door and Extinguisher Inspections, as well as Fire Pump Preventive Maintenance and Flow Testing, under solicitation number 36C24425Q0284. The contracting office, part of the Department of Veterans Affairs, is located in Wilmington, DE, and performance will occur at the Lebanon VA Medical Center in Pennsylvania. The response deadline for submissions is March 21, 2025, at 2:00 PM Eastern Time. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is classified under the Product Service Code J012 and NAICS Code 561621. The amendment includes requests for acknowledgment of all amendments in vendor offers, provides a list of vendor questions and answers, and includes an inspection report. The document emphasizes the need for compliance and communication during the bidding process. Overall, this solicitation outlines critical maintenance services required to uphold safety standards within VA facilities, highlighting the importance of thorough inspection and maintenance management.
    The fire pump system, located in Building #1, features a Patterson horizontal pump model 6×5×17 55c with a capacity of 1000 GPM, driven by a Weg electric motor rated at 75 HP. A recent annual test on December 20, 2023, reported performance results showing varying flows and pressures, indicating operational capability, with the maximum observed flow at 1025.8 GPM and a discharge pressure of 145 PSI. The jockey pump and its controller from Patterson and Tornatech, respectively, were also tested, confirming system readiness for fire protection duties.
    This document outlines a Request for Quote (RFQ) for annual fire pump testing services at the Lebanon VA Medical Center, designated as a Service-disabled Veteran-owned Small Business Set-Aside with solicitation number 36C24425Q0284. The scope includes all necessary labor, materials, and tools to conduct tests in compliance with national and local codes. The contract will be effective for a base year plus four optional years, with a focus on ensuring the reliability and maintenance of fire pump systems. Offerors must submit quotes electronically, adhering strictly to instructions, with detailed technical and pricing sections. The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Offerors must be registered in the System for Award Management (SAM) and comply with the Service Contract Act Wage Determinations, ensuring adherence to subcontracting limitations as outlined. Key components of the testing include performance reporting, which must detail various operational metrics, and the testing will occur annually in September. The overarching goal is to ensure compliance with safety standards while fostering opportunities for service-disabled veteran-owned businesses in government contracting. The document emphasizes careful compliance with submission guidelines and the importance of past performance in technical evaluations.
    The document addresses inquiries related to a solicitation for fire alarm inspection, testing, maintenance, and monitoring services. Key points include the need for previous inspection reports to provide accurate quotations and confirmation of device counts referenced in the Statement of Work (SOW). Additionally, it clarifies that a NICET IV certification requirement applies specifically to fire pump testing, which ensures compliance with relevant standards and regulations. This communication reflects the project's emphasis on safety and adherence to industry standards in fire alarm systems, underscoring the importance of comprehensive documentation and qualifications in government RFPs.
    Similar Opportunities
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    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.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    S222--Grease Tank Maintenance Services| Corporal Michael J. Crescenz (Philadelphia) VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Grease Tank Maintenance Services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, Pennsylvania. The procurement involves a firm fixed-price contract for preventive maintenance services, including cleaning grease tanks, floor drains, and sewer lines, with a contract period spanning from February 1, 2026, to January 31, 2031, consisting of a one-year base period and four one-year options. These services are critical for maintaining the facility's waste management systems and ensuring compliance with health and safety regulations. Interested vendors must submit their proposals by January 16, 2026, at 10:00 AM ET, and can direct inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov or by phone at 717-222-0417.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    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.
    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, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.