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
    H912--238220 | Fire and Smoke Barrier Inspections and Repairs | Lebanon VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking bids for fire and smoke barrier inspections and repairs at the Lebanon VA Medical Center, as outlined in solicitation number 36C24425Q0331. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to conduct quarterly inspections and necessary repairs of fire barrier systems across multiple buildings, ensuring compliance with fire safety standards. The contract emphasizes the importance of maintaining safety and regulatory compliance within the facility, with a proposal submission deadline of March 18, 2025, at 3 PM Eastern Time. Interested parties should direct inquiries to Contract Specialist Eric Christy via email at Eric.Christy@va.gov.
    FIRE SUPPRESSION TESTING
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire suppression testing services at the W.G. (Bill) Hefner VA Medical Center in Salisbury, NC. The contract will cover inspection, maintenance, and testing of various fire suppression systems, including wet and dry pipe fire sprinkler systems, kitchen hood suppression systems, and fire extinguishers, adhering to NFPA standards over a base year and four option years. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting local veterans and small enterprises. Proposals are due by March 24, 2025, and interested parties should direct all correspondence to Maurice R. Anderson at maurice.anderson1@va.gov.
    H342--Fire Pump Testing and Maintenance | Grand Junction VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire pump testing and maintenance services at the Grand Junction VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses comprehensive inspection, testing, and maintenance of the fire pump system, adhering to National Fire Protection Association (NFPA) standards to ensure operational safety and compliance with federal regulations. This procurement is crucial for maintaining the functionality of fire protection systems within VA facilities, ultimately supporting the safety of veterans. The total award amount is capped at $19.5 million over a base year and four option years, with quotations due by March 18, 2025. Interested vendors should direct inquiries to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov or call 303-712-5840.
    H312--Fire and Smoke Dampers Re-Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the re-inspection of fire and smoke dampers at the C.W. Bill Young Veterans Medical Center (CWBYVAMC) located in Bay Pines, Florida. The primary objective of this procurement is to ensure compliance with safety standards for fire and smoke control systems, thereby enhancing the operational safety and regulatory adherence of the facility. This project is particularly significant as it supports the VA's commitment to maintaining secure environments for its facilities, with a focus on service-disabled veteran-owned small businesses (SDVOSB). Interested vendors must submit their proposals by March 21, 2025, with inquiries directed to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
    Preventive Maintenance and Load Bank Testing - Generators
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance and load bank testing services for generators at the Wilkes-Barre Veterans Administration Medical Center. The procurement involves annual and semi-annual maintenance, as well as load bank testing for three generators, ensuring compliance with manufacturer recommendations and National Fire Protection Association standards. This firm-fixed price contract will span from May 1, 2025, to April 30, 2030, with options for renewal, and emphasizes the use of certified technicians and adherence to federal acquisition regulations for service-disabled veteran-owned small businesses. Interested parties can contact Loretta Payne at loretta.payne@va.gov for further details.
    Z1DA--Repair Fire Doors - Construction Project #565-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the repair of fire and smoke doors at the Fayetteville VA Medical Center in North Carolina, under Project 565-25-101. The project requires specialized labor, including door specialists and electricians, to replace and recertify fire-rated doors, ensuring compliance with safety standards. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461, with an estimated construction cost between $25,000 and $100,000. Interested vendors must register with the System for Award Management (SAM) and attend a pre-bid walkthrough, with the Invitation for Bid (IFB) expected to be released around March 28, 2025. For further inquiries, contact Contract Specialist Elaine Belber via email at elaine.belber@va.gov, as phone inquiries will not be accepted.
    H912--NEW Base+4 Fire and Fire Smoke Door Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to conduct inspections of fire and smoke doors at the Edward Hines Jr. VA Medical Center in Hines, Illinois. Contractors will be required to provide all necessary labor, materials, tools, and management to perform inspections in compliance with NFPA 80 standards, ensuring adherence to fire safety protocols within the federal medical facility. This procurement underscores the importance of maintaining safety in healthcare environments while promoting opportunities for veteran-owned businesses in government contracting. Interested vendors must submit their responses by March 21, 2025, at 09:00 Central Time, and can reach out to Contract Specialist Debbie Bruening at debbie.bruening@va.gov or by phone at 414-844-4802 for further information.
    H312--Fire Damper Inspection Services - Clement J. Zablocki VA Medical Center Milwaukee, WI
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Damper Inspection Services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement aims to ensure compliance with national safety codes through comprehensive services, including the inspection, cleaning, recalibration, and testing of fire and smoke dampers. This initiative is particularly significant as it emphasizes the engagement of service-disabled veteran-owned small businesses (SDVOSB) while maintaining high public safety standards in sensitive environments. Interested parties must submit their offers by the extended deadline of March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Justin J Lemke at justin.lemke@va.gov.
    H312--Fire and Smoke Damper Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire and smoke damper inspection services at the Malcolm Randall VA Medical Center in Gainesville, Florida. The procurement aims to ensure compliance with Joint Commission standards and National Fire Protection Agency guidelines by inspecting, exercising, and documenting approximately 300 fire and smoke dampers. This initiative is crucial for maintaining safety within VA facilities and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their quotes by March 18, 2025, and can direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    J065--Medical Gas and Vacuum Systems Maintenance, Testing, and Inspection Bedford VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the maintenance, testing, and inspection of medical gas and vacuum systems at the Bedford VA Medical Center in Massachusetts. The procurement aims to ensure compliance with safety and regulatory standards, including NFPA codes and VA policies, through semi-annual inspections and preventive maintenance across multiple buildings. This contract is critical for maintaining the operational integrity of medical gas systems, which are essential for patient care in healthcare facilities. Interested contractors must submit their proposals electronically by March 28, 2025, with inquiries directed to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov.