J012--629-25-4-690-0045, Fire Alarm and Fire Suppression Maintenance and Repair
ID: 36C25625Q0685Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

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 offers for maintenance and repair services for fire alarm and fire suppression systems at the Southeast Louisiana Veterans Health Care System in New Orleans, Louisiana. This procurement, identified by solicitation number 36C25625Q0685, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure compliance with safety standards in VA facilities while supporting veteran-owned enterprises. The contract encompasses a total ceiling of $25 million and includes a five-year period with a base year and four option years. Interested contractors must submit their quotes by July 22, 2025, at 10 AM Central Time, and are encouraged to attend a site visit on June 24, 2025, with prior confirmation required. For inquiries, contractors can contact Contracting Officer Veronica Maskell at veronica.maskell@va.gov or by phone at 318-990-4090.

    Point(s) of Contact
    Veronica MaskellContracting Officer
    (318) 990-4090
    veronica.maskell@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for Fire Alarm and Fire Suppression Maintenance and Repair Services for the Southeast Louisiana Veterans Healthcare System, located at 2400 Canal Street, New Orleans, LA. This procurement, designated by solicitation number 36C25625Q0685, is being issued as a Request for Quotation (RFQ) with a focus on competitive quotes from eligible Service-Disabled Veteran Owned Small Businesses (SDVOSBC). The contract's framework follows simplified acquisition procedures in accordance with FAR Parts 12 and 13. Bidders must submit their electronic quotes by May 30, 2025, at 10:00 AM CST, directed to Contracting Officer Veronica Maskell, who can be reached via email for inquiries. Various attachments, including a Performance Work Statement and wage determination, accompany the solicitation to provide additional information and requirements for prospective contractors. This initiative underscores the federal government’s commitment to fostering participation from veteran-owned businesses in securing important maintenance services.
    The document outlines the Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA) for a Non-Personal Services Fire Alarm and Fire Suppression Maintenance and Repair Contract for the Southeast Louisiana Veterans Health Care System. The main acquisition is set as a 100% Total Service Disabled Veteran Owned Small Business set-aside, with a total contract ceiling of $25 million. Key dates include the solicitation issue and offer due dates, with a contract period spanning five years, including a base period and four option years. The proposals must meet various requirements detailed in the Performance Work Statement attached. This acquisition highlights the VA's commitment to supporting veteran-owned businesses and maintaining safety standards in healthcare facilities. Offerors must follow established federal regulations and submit questions by specific deadlines via email to the contracting officer, Veronica Maskell. The document’s structured sections provide essential details on submission requirements, evaluation criteria, and contractual obligations necessary for compliance with the procurement process.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Overton Brooks VA Medical Center. Its primary purpose is to extend the deadline for submissions of quotes from various contractors, allowing additional time for them to address questions and participate in a scheduled site visit. The revised closing date for offers is now set for June 23, 2025, at 10 AM CST/CDT. The amendment outlines that further details regarding responses to the questions submitted and the confirmation of the site visit will be addressed in a subsequent amendment. The document includes standard solicitation modification protocols and emphasizes that all other original terms and conditions remain unchanged despite this modification. This amendment indicates the government’s commitment to facilitating a fair and transparent bidding process by ensuring potential contractors have adequate time and information to prepare their proposals.
    The document is an amendment to a combined solicitation from the Department of Veterans Affairs concerning Fire Alarm and Fire Suppression Maintenance and Repair. The solicitation number is 36C25625Q0685, with responses due by June 23, 2025, at 10:00 AM Central Time. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code J012 and NAICS Code 811310. The contracting office is located at Overton Brooks VA Medical Center in Shreveport, Louisiana, while the place of performance is at the Southeast Louisiana Veterans Health Care System in New Orleans. The Contracting Officer for the solicitation is Veronica Maskell, who can be contacted via email. Additional documentation relating to this amendment is mentioned but not provided in the text. This solicitation aligns with federal efforts to support veteran-owned businesses in providing critical maintenance services, addressing the importance of safety and compliance within VA facilities.
    The Department of Veterans Affairs is soliciting offers for maintenance and repair services for fire alarm and fire suppression systems at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The solicitation number is 36C25625Q0685, with a response deadline extended to July 22, 2025, at 10 AM Central Time. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), classified under Product Service Code J012 and NAICS Code 811310. Interested contractors must acknowledge receipt of the solicitation amendment and submit questions by July 1, 2025. A site visit is scheduled for contractors, with specific parking instructions provided for those attending. Participants will be escorted upon arrival for the site visit meeting and to view the services required. All terms and conditions aside from the amendment remain unchanged. This RFP aims to ensure compliance and high standards in fire safety at Veterans Affairs facilities while supporting veteran-owned businesses.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance and repair of fire alarm and fire suppression systems at the Southeast Louisiana Veterans Health Care System (SLVHCS) in New Orleans, LA. The contract mandates the contractor to provide 24/7 monitoring, inspection, testing, and emergency services for the fire protection systems as buildings transition out of their manufacturer's warranty. The scope covers 15 buildings and outlines specific tasks such as preventative maintenance, emergency repairs, and compliance with National Fire Protection Association standards. Key components include submitting a preventative maintenance plan, maintaining detailed logs of service activities, and providing necessary documentation of technician qualifications. The contractor must ensure that all services meet the latest fire safety codes and regulations. Additionally, the contractor is responsible for safeguarding personnel and property onsite, adhering to security protocols, and maintaining confidentiality regarding sensitive information. The document emphasizes the importance of prompt and efficient service delivery, with performance evaluations scheduled throughout the contract period. The ultimate goal is to ensure operational integrity and compliance of the fire alarm and suppression systems within the SLVHCS facilities, thereby protecting the safety of staff and patients.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically for contracts in Louisiana. It emphasizes the minimum wage requirements linked to Executive Orders 14026 and 13658, mandating minimum pay rates for covered workers based on contract initiation and renewal dates. The report details wage rates for various occupations, including clerical, automotive, healthcare, and technical roles, with specified rates and benefits. Workers must also receive health and welfare benefits. Additionally, the document specifies conditions for additional classifications of employees not listed in the determination and mentions the conformance request process for wage rates. Key regulations on paid sick leave, vacation, and uniform allowances are also highlighted, ensuring compliance with federal requirements. The overall aim is to safeguard fair labor standards and worker protections for federal contracts, thus ensuring consistency and compliance within government procurement processes related to RFPs and grants.
    The document outlines requirements for references pertaining to Registered Nurse Services as part of a federal contract (36C25625Q0685). It includes a structured format for providing details about three references, which can either be government or commercial organizations. Each reference entry requires specific information: organization name, contract number, performance description, contractor role (prime or sub-contractor), dates of performance, total contract cost, any awards or deductions, and information regarding terminations for cause or default. Additionally, contact information for a Point of Contact/Contracting Officer's Representative (COR) is mandatory. This format aims to ensure that prospective contractors demonstrate their experience and reliability through verifiable past performances, aligning with federal and local standards for accountability in government contracts. The emphasis is on comprehensive documentation to facilitate assessment during the request for proposals (RFP) process, ensuring that awarded contracts are given to competent and qualified entities.
    The document outlines the Contractor Certification concerning compliance with the Immigration and Nationality Act of 1952, as amended, for contractors serving the Department of Veterans Affairs. It mandates that contractors ensure they do not knowingly hire or collaborate with illegal aliens or non-compliant foreign nationals. Furthermore, contractors are required to adhere to "E-Verify" laws and must prohibit any foreign national from working who fails to maintain legal status. Any violations can lead to contract termination by the Department of Veterans Affairs. Importantly, contractors must also secure similar certifications from their subcontractors. The certification highlights the legal implications of false statements under U.S. law, indicating a strong emphasis on legal accountability in government contracts. This document underlines the importance of maintaining lawful employment practices in federal contracts, reflecting the government’s commitment to compliance within the immigration framework.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring and evaluation framework for the Fire Alarm and Fire Suppression Inspection and Testing Services contract by the Department of Veterans Affairs. It specifies the roles of key personnel, including the Contracting Officer (Veronica Maskell) and the Contracting Officer’s Representative (Liana Soileau), who will oversee performance assessment. The QASP defines performance standards across various tasks such as insurance requirements, safety compliance, employee qualifications, and timely reporting, with defined Acceptable Quality Levels (AQL). Surveillance methods include direct observation, periodic inspections, user surveys, and analysis of reports, which determine contractor performance ratings: Excellent, Satisfactory, or Unsatisfactory. The plan emphasizes the government's impartiality in evaluations and outlines communication procedures for documenting acceptable and unacceptable performance, including the creation of a Contract Discrepancy Report (CDR) for any issues. The QASP will be reviewed and adjusted as necessary, illustrating the government's commitment to ensuring contract fulfillment while holding the contractor accountable for quality control and management actions.
    The document outlines VAAR 852.219-75, a certification requirement for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) participating in federal contracts. It mandates that if awarded a contract, the offeror must ensure that no more than 50% of the contract value is subcontracted to non-SDVOSB/VOSB entities. This compliance certification is linked to federal law (38 U.S.C. 8127) and emphasizes the legal consequences of non-compliance, including penalties for false certification. Additionally, the offeror must be prepared to provide records or documents for VA review to verify adherence to the limitations on subcontracting and must cooperate fully with compliance checks. A completed certification form must accompany bids; failure to provide it will render the submission ineligible for evaluation. Essentially, this requirement supports the VA’s commitment to promoting veteran-owned businesses in federal contracting, reinforcing that awarded contracts should be executed in good faith and in strict adherence to the set limitations.
    The Southeast Louisiana Veterans Health Care System is hosting a site visit on June 24th at 9 AM for contractors involved in a federal RFP. Attendees must park in the patient/visitor garage, specifically on the 5th floor, and are required to confirm attendance by emailing both Contracting Officers at least 24 hours in advance. The parking garage address is 32 South Galvez Street, New Orleans, LA 70119. After parking, contractors will proceed to the first-floor lobby, where Contracting Officer Representative Jean Perrault will guide them to the conference room in the Central Energy Plant Building for the visit. The site visit will provide an overview of the location where required services are to be conducted. All details emphasize the importance of proper coordination and compliance for successful contractor participation in this government solicitation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J059--629-25-4-690-0184, MEDICAL GAS INSPECTION AND TESTING FY25 (VA-25-00055989)
    Buyer not available
    The Department of Veterans Affairs is seeking competitive quotes for medical gas inspection and testing services at the Southeast Louisiana Veterans Health Care System in New Orleans, Louisiana. The procurement, identified by solicitation number 36C25625Q0746, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various safety and industry standards during inspections and testing of medical gas systems. This contract will span a base year with four optional years, emphasizing minimal disruption to patient services during testing. Interested vendors must submit their electronic quotes by June 20, 2025, and are required to be registered in Vet Biz and SAM. For inquiries, contact Christopher Rossi at christopher.rossi2@va.gov or by phone at 281-435-1681.
    H944--Boiler Certification Services
    Buyer not available
    The Department of Veterans Affairs is seeking competitive quotes for Boiler Certification Services at the Southeast Louisiana Veterans Health Care System (SLVHCS) located in New Orleans, LA. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and follows simplified acquisition procedures as outlined in FAR Parts 12 and 13. The services are crucial for maintaining the operational capabilities of the healthcare facility, with a contract ceiling of $19 million under the relevant NAICS code 238220. Interested vendors must submit their electronic quotes to Rachel Babin at Rachel.Babin@va.gov by June 17, 2025, at 1:00 p.m. Central Time to be considered.
    J042--SOURCES SOUGHT - MARKET RESEARCH FOR Jackson Fire Suppression Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for fire suppression maintenance services at the Veterans Benefits Administration Building located in Jackson, MS. The contractor will be responsible for comprehensive maintenance of fire suppression systems, including inspections, repairs, and compliance with National Fire Protection Association (NFPA) codes, as well as maintaining fire extinguishers, smoke detectors, and kitchen hood systems. This procurement is crucial for ensuring the safety and operational integrity of the facility, with a focus on adherence to OSHA regulations and effective communication with the Contracting Officer’s Representative (COR). Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their proposals by June 20, 2025, and can contact Tiffany Garfield at tiffany.garfield@va.gov or 813-614-6129 for further details.
    J063--Fire System Modification Elevator Recall repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the modification and repair of fire systems associated with elevators in Buildings 1, 2, and 5 at the VAMC West Haven, Connecticut. The project aims to ensure compliance with the latest NFPA 72 standards and the VA Fire Protection Design Manual by providing initial testing, installation, programming, and maintenance of fire alarm systems throughout the duration of the project. This initiative is crucial for enhancing safety standards in healthcare facilities and emphasizes the VA's commitment to utilizing service-disabled veteran-owned small businesses in its procurement process. Interested contractors must submit their proposals by June 13, 2025, and can direct inquiries to Contract Specialist Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    Z1DA--NRM-CONST NO CONTRACT YET PROJ#528A5-21-504-Upgradde Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to upgrade the fire alarm system at the Canandaigua VA Medical Center in New York. The project involves installing a new addressable fire alarm system across eleven buildings, enhancing existing systems, and addressing deficiencies in fiber optic connectivity. This upgrade is crucial for ensuring the safety and compliance of the medical center's infrastructure, which supports ongoing healthcare operations. Interested bidders must be registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a contract value estimated between $1 million and $5 million. The deadline for bid submissions is July 10, 2025, and inquiries can be directed to Contracting Officer Nicholas Winne at nicholas.winne@va.gov.
    H146--629-25-4-690-0272 POTABLE WATER MANAGEMENT (VA-25-00066185)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Potable Water Management Services at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of services including web-based data management, maintenance of chlorine analyzers, and overall water management programs. The contract will span a base year from August 1, 2025, to July 31, 2026, with four optional renewal years, emphasizing the importance of compliance and quality control in water purification and sewage treatment across VA facilities. Interested vendors must submit their electronic quotes to Tiffany Conner at tiffany.conner@va.gov by July 7, 2025, with inquiries accepted until June 16, 2025.
    R425--Fire Extinguisher Inspections & Maint
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide fire extinguisher inspection and maintenance services at the VA San Diego Healthcare System. This procurement is essential for ensuring compliance with fire safety regulations and maintaining a safe environment within VA facilities. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Product Service Code R425 and NAICS Code 541990. Interested parties must submit their responses by July 11, 2025, at 14:00 Mountain Time, and can contact Contract Specialist Jessica Brooks at jessica.brooks3@va.gov or by phone at 480-466-7940 for further information.
    Project 667-24-255 Building 55 Accessibility Ramp
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the construction of an accessibility ramp at Building 55 of the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as Project 667-24-255, aims to enhance accessibility for veterans by replacing a raised landscaping area with a compliant ramp, adhering to VA Barrier Free Design Standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget between $250,000 and $500,000, with a performance period of 180 days. Interested contractors must submit proposals by April 25, 2025, and can direct inquiries to Tammy Tynes at Tammy.Tynes@va.gov or Jennings Herbst at Jennings.Herbst@va.gov for further information.
    Y1DA--Upgrade Fire Alarm System Campus Wide (Waco) Project 674A4-21-108
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a project to upgrade the fire alarm system at the Waco VA Medical Center in Texas. The project entails the complete replacement of the existing fire alarm system with new Notifier equipment that will integrate with the main Honeywell/Notifier panel located in Building 225, ensuring that all buildings on campus can communicate effectively. This initiative is critical for maintaining safety and compliance within the facility, which operates 24/7, and requires that all work be conducted without disrupting medical services. The total budget for this project is estimated to be between $5 million and $10 million, and it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested parties should reach out to Contracting Officer Stephanie Ingersoll at stephanie.ingersoll@va.gov, with a solicitation expected to be posted around June 24, 2025.
    Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Building 60 at the Dallas VA Medical Center. The project requires contractors to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This initiative is crucial for enhancing the facility's infrastructure and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by June 20, 2025, following a mandatory site visit on May 20, 2025, and can direct inquiries to Contracting Officer Horacio Fernandez at Horacio.Fernandez@va.gov.