H342--Life Safety Device Inspection, Testing and Maintenance Base Year Plus Four Option Years
ID: 36C25925Q0223Type: Combined Synopsis/Solicitation
AwardedMay 29, 2025
$357.8K$357,811
AwardeeHURTVET SUBCONTRACTING, LLC PARK CITY 84098-7660
Award #:36C25925P0726
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, 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 for Life Safety Device Inspection, Testing, and Maintenance Services at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The contract encompasses a base year with four optional renewal years, focusing on ensuring compliance with safety standards through regular inspections of fire extinguishers, automated external defibrillators (AEDs), and emergency eyewash/showers. This initiative is crucial for maintaining safety protocols within healthcare facilities serving veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with an estimated total award amount of $19.5 million. Interested parties must submit their proposals by May 16, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas L Parsons at Thomas.Parsons2@va.gov or 918-577-3532 for further information.

    Point(s) of Contact
    Thomas L Parsons (CS)Contract Specialist
    (918) 577-3532
    Thomas.Parsons2@va.gov
    Files
    Title
    Posted
    The Salt Lake City VA Health Care System is soliciting proposals for Life Safety Device Inspection, Testing, and Maintenance Services. The solicitation number is 36C25925Q0223, with a response deadline set for May 9, 2025, at 12:00 PM Central Time. The contract is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code H342, with the associated NAICS Code being 541990. The main contact for the contract is Thomas Parsons from the Department of Veterans Affairs, who can be reached via email or phone. The contract will take place at the George E. Wahlen VA Medical Center, located in Salt Lake City, Utah. Interested parties are encouraged to refer to the attached documents for further details related to the solicitation. The overarching aim of this request for proposals is to ensure the health care system adheres to safety standards through effective inspection and maintenance of life safety devices, thereby supporting its commitment to providing quality care for veterans.
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed price contract for Life Safety Device Inspection, Testing, and Maintenance Services for the Salt Lake City VA Health Care System. This presolicitation notice outlines the key information about the upcoming solicitation, which is set to be released around April 24, 2025. The contract falls under the NAICS code 541990, designated for All Other Professional, Scientific, and Technical Services, with a small business size standard of $19.5 million. Notably, the solicitation is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested vendors must reference the solicitation number 36C25925Q0223 in all communications, and they are responsible for obtaining the most current information and any amendments from the provided Contract Opportunities website, as no paper copies will be distributed. The emphasis on utilizing SDVOSB vendors showcases the VA's commitment to supporting veteran-owned businesses in federal contracting.
    The Department of Veterans Affairs is requesting proposals for Life Safety Device Inspection, Testing, and Maintenance (ITM) Services at the George E. Wahlen VA Medical Center, Salt Lake City. The contract entails a base year plus four option years, with an estimated total award amount of $19.5 million. The successful contractor will oversee monthly and annual inspections of fire extinguishers, automated external defibrillators (AEDs), and emergency eyewashes/showers, ensuring compliance with relevant National Fire Protection Association (NFPA) and American National Standards Institute (ANSI) standards. The contractor must maintain a comprehensive database aligned with the Joint Commission and enter documented results within five business days post-service. Specific scheduling details are outlined, including monthly services and semiannual refills, with a focus on minimizing disruptions to facility operations. The procurement is set as a total service-disabled veteran-owned small business set-aside. Solicitations are due by 12:00 PM CST on May 9, 2025, with supplemental contract clauses and technical performance requirements specified in the documentation. This initiative underscores the VA's commitment to maintaining safety and compliance in health care settings while supporting veteran-owned businesses.
    The document is an amendment to a previous combined solicitation regarding Life Safety Device Inspection, Testing, and Maintenance, issued by the Department of Veterans Affairs, Network Contracting Office NCO 19. The solicitation number is 36C25925Q0223, with a response deadline of May 9, 2025, at noon Central Time. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the product service code H342 under the NAICS code 541990. The contracting office is located in Greenwood Village, CO. Additional details and specifications are provided through attached documents relating to specific life safety devices, including eyewash stations and automated external defibrillator (AED) locations. These attachments are essential for vendors to understand the requirements and expectations for the proposal. The solicitation reflects the government's commitment to maintaining safety standards within facilities serving veterans.
    The document is an amendment to the solicitation RFQ 36C25925Q0223 issued by the Department of Veterans Affairs regarding Life Safety Device Inspection, Testing, and Maintenance Services. The amendment serves multiple purposes, including extending the deadline for offers and addressing questions raised by bidders. It outlines specific details on past inspections, inventory of fire extinguishers, and requirements for maintenance services. Key details include the completion dates of inspections, the total number of inspected fire extinguishers, and the quantities of various types of extinguishers across different buildings. Additionally, clarification is provided on requirements for the annual refill/recharge of fire extinguishers used in training. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for ensuring potential contractors are informed and can accurately prepare their proposals in compliance with the newly clarified requirements.
    The document represents an amendment to a combined solicitation for the inspection, testing, and maintenance of life safety devices, issued by the Department of Veterans Affairs. The solicitation number is 36C25925Q0223, with responses due by May 16, 2025, at noon Central Time. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The contracting office, located in Greenwood Village, CO, is under Network Contracting Office NCO 19. The document includes contact details for the contract specialist, Thomas L Parsons, who can be reached via email or phone. Additional information and specific requirements are documented in the attached file (36C25925Q0223 0002) referenced within the amendment. This solicitation is a part of federal procurement aimed at ensuring compliance and operational efficacy in life safety measures for veteran facilities.
    This document is an amendment issued by the Department of Veterans Affairs' Network Contracting Office, specifically for the solicitation 36C25925Q0223. The primary purpose of the amendment is to extend the deadline for receiving offers from vendors to May 16, 2025, at 12:00 PM CDT. Offerors are instructed to submit their proposals via email to the specified address before the new deadline. Additionally, responses to previously asked questions will be provided in a subsequent amendment, set to be posted by May 14, 2025, at 12:00 PM CST. All other terms and conditions of the original solicitation remain unchanged. The document serves as a formal notice to interested bidders, ensuring they are aware of the extended timeline and procedural requirements for their proposals. This communication aligns with standard practices in government Request for Proposals (RFPs), ensuring transparency and adherence to deadlines.
    The document outlines an amendment to a previous solicitation for Life Safety Device Inspection, Testing, and Maintenance, associated with the Department of Veterans Affairs (VA). This contract is open for a base year with four optional renewal years, under the solicitation number 36C25925Q0223. Responses are due by May 16, 2025, at 12:00 PM Central Time. The contracting office is located in Greenwood Village, Colorado, and the main contact person for the solicitation is Contract Specialist Thomas L Parsons. The procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, and relevant to the H342 product service code and NAICS code 541990. Attached documentation includes questions regarding the solicitation for further clarity from potential bidders. This request emphasizes the VA's commitment to maintaining life safety standards and supporting veteran-owned businesses through targeted contracting opportunities.
    This document is an amendment to Solicitation 36C25925Q0223, issued by the Department of Veterans Affairs, Network Contracting Office NCO 19, which seeks to provide updates to potential offerors and bidders. The primary purpose of this amendment is to address unanswered questions raised during the solicitation's question period, ensuring transparency and clarity in the procurement process. It highlights that all previously unchanged terms and conditions continue to apply, thus maintaining the integrity of the original solicitation. The amendment explicitly instructs recipients on how to acknowledge receipt and submit any modifications, emphasizing the importance of adherence to the designated timelines. Additionally, it refers to an attached document containing the specific questions asked and the corresponding answers. This amendment reflects the VA's commitment to thorough communication and efficient procurement methods for contract opportunities within the federal framework.
    The document is a compiled list detailing various federal and state/local Requests for Proposals (RFPs) and associated grant opportunities, primarily focusing on facilities and their specific functionalities. It enumerates 56 entries associated with distinct locations and services, such as coffee shops, mental health facilities, outpatient services, administrative offices, and police stations across various buildings. Each entry is identified by a unique code (EE #), location, and comments, providing an overview of the services required or available at each site. The substantial number of entries points to a widespread initiative aimed at enhancing infrastructure and service delivery within the respective facilities. This document serves as a foundational reference for stakeholders involved in potential contracting and grant application processes, indicating the federal agency's ongoing commitment to improving operational environments and service accessibility across multiple sectors.
    The document reports on the monthly inspection of eyewash and shower stations across various building locations, specifically focusing on their water source clarity, condition, and any obstructions. The inspections conducted in July 2024 indicate that most units are in good condition, with clear water and no obstructions. However, several stations, particularly in Pharmacy and Chemotherapy areas, displayed poor conditions due to low water pressure or broken components, requiring attention. Specific units have noted issues such as inadequate clearance from obstructions, highlighting areas for potential improvement. This inspection summary serves as a critical evaluation tool, ensuring compliance with safety standards and identifying necessary maintenance actions to safeguard user health during emergencies. The information compiled is essential for maintaining operational readiness and fulfilling regulations related to workplace safety.
    The Fire Extinguisher Inspection Report serves to document the monthly inspections of fire extinguishers at the Salt Lake City VA Health Care System, located at 500 Foothill Dr. This inspection is in compliance with established safety standards, including the NFPA 10 and OSHA guidelines, covering aspects like physical condition, accessibility, and operability of the fire extinguishers. The document lists the details of each inspected extinguisher, including unique identifiers (EE numbers), locations within the facility, and any noted deficiencies—such as “over pressure” or “under pressure.” The inspector, Emmanuel Ramirez, meticulously checks each unit against a checklist of criteria to ensure functionality and compliance with safety regulations. Observations are recorded for follow-up and corrective action where necessary, emphasizing the VA's commitment to maintaining a safe environment for both staff and patients. This comprehensive report reflects the organization's dedication to fire safety protocol and regular maintenance, crucial for disaster preparedness and compliance.
    The document outlines responses to questions about Solicitation 36C25925Q0223, particularly related to requirements for personnel involved in contract work at the VA facility. Key topics include the necessity for badging and background checks for onsite contractors, required certifications like Level 2 Fire Safety, and regular training, including HIPAA compliance. Access protocols are established, detailing the use of personal identification verification (PIV) access cards and key fobs for inspectors, with certain areas requiring personal protective equipment (PPE). The contractor must adhere to the Quality Assurance and Surveillance Plan (QASP), with activities subject to VA audits. Fire extinguisher inventory is specified, while the contract excludes fire suppression systems. Additionally, compliance with safety training requirements and documentation protocols is emphasized throughout. These guidelines ensure that personnel meet safety and operational standards within the VA environment.
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov 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.
    DA10--Vocera Communication System *Brand Name or Equal* Salt Lake City VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors for a Vocera Communication System or an equivalent solution for the Salt Lake City VA Health Care System. The VA aims to update its aged patient call system to enhance staff communication and notification processes, with requirements including software licenses for approximately 725 users, messaging capabilities, and integration with existing nurse call systems. This procurement is anticipated to be structured as a base year with four option years for licensing, technical support, and software subscriptions, with responses due by December 29, 2025. Interested vendors should contact Contract Specialist Stephanie Cahill via email at Stephanie.Cahill@va.gov to express their capabilities and provide necessary documentation.
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    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.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    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.