J063--Fire Alarm Service and Upgrade
ID: 36C24226Q0191Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Veterans Affairs is seeking quotes for Fire Alarm Service and Upgrade at its New York Harbor Healthcare System facilities located in Brooklyn, Manhattan, and St. Albans. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes maintenance, upgrades, and repairs of fire alarm systems, with specific requirements such as factory-trained technicians, 24/7 monitoring, and annual inspections. The importance of these services lies in ensuring the safety and compliance of fire alarm systems within healthcare facilities, which are critical for protecting both patients and staff. Interested contractors must submit their quotes by January 21, 2026, and can contact Contract Specialist Christopher Weider at Christopher.Weider@va.gov or (716) 862-7461 x22470 for further information.

    Point(s) of Contact
    Christopher WeiderContract Specialist
    (716) 862-7461 x22470
    Christopher.Weider@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined solicitation, 36C24226Q0191, for Fire Alarm Service and Upgrade at the Department of Veterans Affairs, New York Harbor Healthcare System (Brooklyn, Manhattan, and St. Albans). The amendment extends the period for questions until January 26, 2026, and the solicitation response deadline to January 28, 2026, at 4:30 pm ET. It also announces a site visit at each location. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contracting office is NCO 2 in Buffalo, NY, and the point of contact is Christopher Weider.
    This document is an amendment to a previous combined solicitation, 36C24226Q0191, for Fire Alarm Service and Upgrade at Department of Veterans Affairs facilities in Brooklyn, Manhattan, and St. Albans, New York. The purpose of this amendment is to address vendor inquiries and clarify scope. Key clarifications include the provision of as-built documents to the successful offeror, confirmation of different fire alarm systems (Notifier and Simplex) across Manhattan campuses, and the requirement to upgrade existing EST systems rather than full system replacements for Edwards Panel Replacement. The amendment also reduces semi-annual fire alarm system inspections from two to one per option period. The updated schedule outlines annual and semi-annual maintenance for Manhattan, Brooklyn, and St. Albans, a system upgrade for St. Albans (replacing Edwards EST-3), and labor/parts for repairs. The solicitation has a response date of January 28, 2026.
    This document is an amendment to a previous combined solicitation, 36C24226Q0191, for Fire Alarm Service and Upgrade. The amendment provides a readable inventory list with device counts for Manhattan and sets a deadline of January 26, 2026, at 12:00 PM for submitting questions. The solicitation, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2, has a response date of January 28, 2026, at 4:30 PM Eastern Time. It is a Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with NAICS code 561621. The place of performance includes the Department of Veterans Affairs New York Harbor Healthcare System in Brooklyn, Manhattan, and St. Albans.
    This amendment to Solicitation Number 36C24226Q0191 for Fire Alarm Service and Upgrade extends the response deadline to February 4, 2026, at 4:30 pm ET. It also provides responses to vendor questions. Key clarifications include the requirement for a FOIA request to obtain the incumbent contract number, confirmation of annual smoke detector sensitivity testing regardless of NFPA 72, and the necessity of filing paperwork with FDNY for central station changes, even for federal sites. The amendment specifies that unforeseen repairs will be handled via annual labor rates and itemized cost estimates post-award. NICET certification is mandatory, while CFAT/CFAD certifications are recommended but not required. Further questions will be addressed in future amendments.
    This document is an amendment to a previous combined solicitation, numbered 36C24226Q0191, for Fire Alarm Service and Upgrade at Department of Veterans Affairs facilities in Brooklyn, Manhattan, and St. Albans, New York. The amendment provides responses to vendor questions, clarifies scope details, and updates the solicitation's schedule. Key information includes a detailed device count for fire alarms across various buildings at each location, identification of existing fire alarm control panel manufacturers (Notifier by Honeywell, Edwards EST-3), and confirmation that existing AutoCAD drawings will be provided as a baseline for contractors to update. The VA will provide printers, which the contractor must install and test. The updated schedule adds line items for printer installation and testing for Manhattan, Brooklyn, and St. Albans, as well as a system upgrade for St. Albans to replace Edwards EST-3. The response date remains February 4, 2026.
    This document is an amendment to a previous combined solicitation, 36C24226Q0191, for Fire Alarm Service and Upgrade at the Department of Veterans Affairs, New York Harbor Healthcare System (Brooklyn, Manhattan, and St. Albans). The purpose of this amendment is to notify all offerors/bidders that the original solicitation resulted in no award. The Department of Veterans Affairs may resolicit for these services at a later date. The solicitation was a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with a NAICS code of 561621. The contracting office is located in Buffalo, NY, and the point of contact is Christopher Weider.
    The Department of Veterans Affairs is soliciting quotes for fire alarm system services, including maintenance, upgrades, and repairs, at its New York Harbor Healthcare System facilities in Brooklyn, Manhattan, and St. Albans. This Request for Quote (RFQ) is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBs) and covers a base year with four option years. Key requirements include factory-trained and certified technicians, 24/7 central monitoring, annual inspections, and an upgrade of the Edwards EST-3 panel at St. Albans. Quotes must include a technical capabilities statement, staff qualifications, past performance references, and a price submission, with responses due by January 21, 2026.
    The Department of Veterans Affairs (VA), VISN 2 Contracting Office, has issued a Sources Sought Notice (36C24226Q0191) for fire alarm maintenance services for the New York Harbor Healthcare System, projected for February 2026. This notice is for market research to gather information and determine the viability of a socio-economic set-aside, not to award a contract. The NAICS code is 561621 (Security Systems Services) with a size standard of $25.0M. Interested parties must submit company details, capability statements, examples of similar work, SAM UEID, contact information, applicable Federal Supply Schedules, experience instances, teaming agreements, certifications, and comments on the attached Statement of Work (SOW). Additional information is required regarding proximity to service sites in Manhattan, Brooklyn, and Queens, self-performance plans, proposed subcontracting tasks, years of company and technician experience, and the number of certified technicians. Responses are due by December 12, 2025, at 4:30 PM ET, and should be emailed to Contract Specialist Christopher Weider at Christopher.Weider@va.gov. Apex Accelerators offer free assistance for responding to such notices.
    The document, an equipment inventory list for Manhattan, Brooklyn, and St. Albans facilities, details the fire alarm systems and their associated components. It outlines the scope of work for contractors, including maintenance, inspection, and emergency repair services. Key tasks involve inspecting smoke and heat detectors, electromechanical door holding devices, manual pull stations, and audible/visual devices. Contractors are also responsible for testing control panel functions, outlying devices, and elevator recall supervisory checks. All devices require annual calibration. For Brooklyn and St. Albans, the document specifies that contractors are responsible for repairs of problematic components, programming updates, and system upgrades, all in accordance with local, state, and national codes. The lists provide a comprehensive overview of the electrical and fire alarm equipment in each location, ensuring proper functioning and safety compliance.
    This government Statement of Work outlines requirements for fire alarm system services at three VA New York Healthcare System campuses: Brooklyn VA Medical Center, New York VA Medical Center, and St. Albans Community Living Center. The contract covers maintenance, repair, safety inspections, testing, and a required upgrade for the St. Albans CLC's Edwards EST-3 panel to the current version. The period of performance includes a one-year base period (February 1, 2026 – January 31, 2027) and four one-year option years. Key qualifications for the contractor include factory training and certification for Notifier 2020 and Edwards EST-3 systems, NICET Level 1-IV, NFPA 72, OSHA 10/30-hour, ESA/NTS, CFAT, and CFAD certifications. The scope encompasses comprehensive services, 24/7 central monitoring, immediate deficiency reporting, and adherence to various codes and standards. The contractor is responsible for providing all necessary labor, parts, and equipment, maintaining spare parts, and ensuring a 24-hour emergency response with varying on-site times based on priority codes. The document also details requirements for initial system inspections, deficiency correction, detailed reporting, schematic diagrams, quality control, security (including background checks and key control), and strict safety protocols.
    Attachment A outlines the equipment inventory for a fire alarm system in Manhattan, detailing various components and their maintenance requirements. The inventory includes a comprehensive list of devices such as network notifiers, audio voice links, control panels, annunciators, printers, smoke detectors, heat detectors, duct detectors, manual pull stations, door holding devices, tamper switches, water flow switches, speaker/strobes, and various relays. The document specifies that maintenance and inspection will cover smoke detectors, electromechanical door holding devices, heat detectors, manual pull stations, and audible/visual devices. It also mandates testing of all control panel functions and their outlying devices, including annunciators, printers, CRTs, AVL, and battery backups. All devices require annual calibration. Additionally, elevator recall supervisory checks must test all building elevator recalls and audio/visual devices. The contractor is responsible for providing all labor, parts, and equipment for emergency repair services. This detailed list is crucial for managing and maintaining the fire safety infrastructure within the building, likely in support of a government RFP for maintenance services.
    The document provides essential site visit information for quoters interested in federal government RFPs, federal grants, and state/local RFPs. It outlines details for three New York Harbor Healthcare System campuses: Manhattan, Brooklyn, and St. Albans Community Living Center. Each entry specifies the address, date, and time of the site visit, along with points of contact (POCs) and their contact information. Quoters are advised to inspect the sites to understand local conditions that might affect performance. Contractors must email the Contract Specialist, Christopher.Weider@va.gov, and the respective facility POCs by 4:30 PM ET on Monday, January 19, 2026, to confirm their attendance.
    The document is a detailed table of contents or index for a government file, likely related to federal RFPs, grants, or state/local RFPs. It lists numerous sections with corresponding page numbers, covering a wide range of administrative, financial, and procedural topics. Key categories include project definitions, eligibility requirements, submission guidelines, evaluation criteria, legal clauses, and contractual obligations. The file appears to be highly structured, with sections dedicated to specific aspects such as bid submission, compliance, financial reporting, and performance standards. The comprehensive nature of the index suggests a complex and multi-faceted government procurement or grant application process, emphasizing transparency and regulatory adherence. Each entry is concise, indicating a clear organizational structure designed for easy navigation and reference.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...