ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93

DEPARTMENT OF VETERANS AFFAIRS 36C24726R0028
Response Deadline
Mar 30, 2026
17 days left
Days Remaining
17
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting bids for the replacement of fire alarm systems in Buildings 14, 15, 65, 68, 88, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project, identified as Project No. 619A4-23-103, aims to enhance safety by upgrading aging fire alarm infrastructure, including the installation of new fiber optic communication lines and fire alarm equipment, with an estimated budget between $10 million and $25 million. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with safety and subcontracting regulations. Interested contractors must submit proposals by the specified deadlines, with a site visit scheduled for March 12, 2026, and questions due by March 19, 2026. For further inquiries, contact Joseph Osborn at Joseph.Osborn@va.gov or Joyce Powers at joyce.powers1@va.gov.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

11 Files
36C24726R0028_PreSolicitation.docx
Word30 KB12/5/2025
AI Summary
The Department of Veterans Affairs is issuing a pre-solicitation notice for a construction services contract to replace the obsolete fire alarm systems in multiple buildings (14, 65, 68, 88, 90, 93, 15, and 97) at the Central Alabama Veterans Health Care System in Tuskegee, AL. This project, estimated between $10,000,000 and $20,000,000 with a 365-day completion period, is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors must be SBA-certified and registered in SAM. The current system poses significant risks due to its antiquated fiber optic network, unserviceable Graphic Command Center, and lack of campus-wide voice/alarm functionality. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, on sam.gov.
36C24726R0028.pdf
PDF879 KB2/26/2026
AI Summary
This government solicitation, 36C24726R0028, issued by the Department of Veterans Affairs, seeks a general contractor to replace fire alarm systems in seven buildings at the Central Alabama Veterans Health Care System, East Campus in Tuskegee, AL. The project, estimated between $10 million and $25 million, is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Key requirements include registering with SAM.gov and SBA.gov, complying with VAAR 852.219-75 on subcontracting limitations, and adhering to specific proposal submission guidelines. Proposals will be evaluated on past performance (significantly more important) and price. A site visit is scheduled for March 12, 2026, and questions are due by March 19, 2026. The performance period is 365 calendar days, and contractors must comply with security, badging, and wage rate requirements.
Attachment 1_Experience Modification Rate.pdf
PDF79 KB2/26/2026
AI Summary
RFP No. 36C24726R0028, Attachment 1, outlines the Experience Modification Rate Form required for offerors responding to a federal government solicitation. The form mandates companies to provide comprehensive safety data for 2023, 2024, and 2025, including total man-hours, cases involving days away from work or restricted activity, and the DART Rate. Offerors must also disclose any serious, willful, or repeat OSHA violations within the last three years, with an attached explanation for each. The document specifically states that four serious, one repeat, or one willful violation will disqualify a contractor. Additionally, companies must submit their OSHA 300 and 300a forms and their Insurance Experience Modification Rate (EMR) for the past three years. This information, combined with data from government systems like OSHA and EPA inspection databases, will be used to verify that contractors meet the EMR requirements specified in the solicitation, ensuring a high standard of safety and compliance for government contracts.
Attachment 2_VA Notice of Limitations.pdf
PDF382 KB2/26/2026
AI Summary
The VA Notice of Limitations on Subcontracting (JAN 2023 DEVIATION) outlines strict compliance requirements for offerors awarded contracts under 38 U.S.C. 8127(I)(2). Contractors must adhere to specific subcontracting limitations based on the contract type: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction, ensuring that payments to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) do not exceed these thresholds. Costs for materials are generally excluded. The document emphasizes that false certifications can lead to severe penalties, including criminal prosecution and fines. Contractors are required to provide documentation upon request to demonstrate compliance, with non-cooperation potentially resulting in remedial action. The offeror must complete and return a formal certification with their bid, as failure to do so will render their offer ineligible for evaluation and award.
Attachment 3_Past Performance Questionaire-PPQ.pdf
PDF103 KB2/26/2026
AI Summary
The document,
Attachment 4 - Itemized Cost Breakdown.xlsx
Excel20 KB2/26/2026
AI Summary
Solicitation No. 36C24726R0028 Attachment 4 is a comprehensive Cost/Price Breakdown Worksheet designed for federal government RFPs. This document outlines a detailed cost structure across various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Thermal and Moisture Protection, Openings (Doors and Windows), Finishes, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, Heating, Ventilating, and Air Conditioning (HVAC), Electrical, and Communications. For each division, the form provides categories for Material, Labor, Equipment, and Other costs, culminating in a total for each division. The attachment also includes sections for Sub Total, Overhead, Profit, and Bonds and Insurance, leading to a final Total Proposal. The purpose of this attachment is to standardize cost submissions, ensuring transparency and a clear understanding of all expenditures associated with a proposed project.
Attachment 5_DBA Wage Rates_AL20260078 01-02-2026.pdf
PDF1510 KB2/26/2026
AI Summary
This document, General Decision Number AL20260078, outlines prevailing wage rates for building construction projects in specific Alabama counties (Barbour, Bullock, Butler, Coffee, Covington, Crenshaw, Macon, and Pike). It excludes single-family homes and apartments up to four stories. The decision, effective January 2, 2026, lists rates and fringes for various trades such as boilermakers, electricians, power equipment operators, plumbers, bricklayers, carpenters, cement masons, laborers, painters, sheet metal workers, and truck drivers. It also includes important information regarding Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and EO 13658, which sets a minimum wage for certain federal contracts. The document details identifiers for union, weighted union average, survey, and state-adopted wage rates, explaining how these rates are determined and updated. Finally, it provides a comprehensive appeals process for parties disagreeing with wage determinations, outlining the steps for review and reconsideration by the Wage and Hour Division and the Administrative Review Board.
Attachment 6_Invoicing.pdf
PDF70 KB2/26/2026
AI Summary
Attachment 6 to RFP 36C24726R0028 outlines the invoicing procedures for contractors providing services to the Department of Veterans Affairs (VA). All payments will adhere to FAR 52.232-33, requiring electronic funds transfer, and invoices must comply with FAR 52.232-5 and 852.232-70 for fixed-price construction contracts. The VA mandates electronic invoice submission via the Tungsten Network e-invoicing system, which is free for all VA vendors. Contractors must register with Tungsten Network by emailing VA.Registration@Tungsten-Network.com or calling 1-877-489-6135. Invoices are to be submitted electronically through the Tungsten Network website after approval by the COR and/or CO. As of July 1, 2020, the VA10091 form has been eliminated, and new vendors must update their information in the Customer Engagement Portal (CEP) at https://www.cep.fsc.va.gov/. Support contacts for e-invoice setup and inquiries are provided for both Tungsten Network and the FSC.
Attachment 7_Customer Project Manual.pdf
PDF81294 KB2/26/2026
AI Summary
This U.S. Department of Veterans Affairs project, "Replace the Fire Alarm System for Buildings 14, 15, 65, 68, 88, 90, & 93" (Project # 619A4-23-103) at the Central Alabama Veterans Healthcare System in Tuskegee, AL, aims to replace aging fire alarm systems, panels, devices, and wiring in specified buildings. Additionally, existing annunciators and cabling will be replaced in other buildings, with construction estimated to take 860 days. The project includes hazardous material abatement due to identified asbestos and lead paint, along with minor architectural demolition and new construction for chase walls and finishes. A new graphics headend TrueSite Workstation (TSW) will be installed in Building 15, and a new 12-strand single-mode fiber optic backbone will be implemented in a three-loop topology across the campus, upgrading all Fire Alarm Control Panels (FACPs) to 4100ES models. The total construction budget is $11,541,308.
Attachment 8_Drawings.pdf
PDF34903 KB2/26/2026
AI Summary
The document outlines Project Number 619A4-23-103, titled "REPLACE FIRE ALARM SYSTEM," for the VA Central Alabama Health Care System at the Tuskegee VA Medical Center. This project involves a campus-wide replacement of the fire alarm system across various buildings, including 2, 3A, 4A, 5B, 10, 12, 13, 14, 15, 18, 65, and 68. The contract drawings and specifications are complementary, emphasizing the need to notify the Contracting Officer’s Representative (C.O.R.) of any discrepancies. Key general notes include verifying existing dimensions and field conditions, protecting existing items, ensuring all workers have flu shots, maintaining accessible egress, properly fire-stopping penetrations, and adhering to applicable codes and federal regulations. The project requires new materials meeting industry standards and coordination with equipment manufacturers. The document also provides a comprehensive sheet index detailing life safety, architectural, electrical, and telecommunications plans for each building, indicating that all facilities are fully sprinklered. The overall purpose is to upgrade the fire alarm infrastructure to enhance safety and compliance throughout the medical center.
Attachment 9_Specifications.pdf
PDF164848 KB2/26/2026
AI Summary
The U.S. Department of Veterans Affairs (VA) is soliciting bids for Project #619A4-23-103, which involves replacing the fire alarm system in Buildings 14, 15, 65, 68, 88, 90, and 93 at the Central Alabama Veterans Healthcare System in Tuskegee, AL. The project, dated November 25, 2025, requires the contractor to install new fiber optic communication lines underground and through buildings to create an integrated communication loop, along with new fire alarm equipment. The bid documents include detailed specifications, a list of drawing sheets, and general requirements covering safety, security, site operations, utility services, alterations, disposal, protection of existing features, restoration, as-built drawings, and a comprehensive warranty management plan. The contractor must develop a Critical Path Method (CPM) schedule, adhere to strict security procedures, and maintain continuous medical center operations during construction, particularly for critical life safety systems.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2025
deadlineResponse DeadlineMar 30, 2026
expiryArchive DateApr 14, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)

Point of Contact

Name
Joseph Osborn

Place of Performance

Tuskegee, Alabama, UNITED STATES

Official Sources