H312--Palo Alto Fire Alarm Maintenance Base + 4 Option Years 1/1/25-12/31/29
ID: 36C26124Q1020Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Fire Protection (922160)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the Palo Alto Fire Alarm Maintenance service contract, which will span from January 1, 2025, to December 31, 2029. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 922160, and it involves comprehensive inspections, testing, and maintenance of fire alarm and suppression systems, ensuring compliance with National Fire Protection Association (NFPA) standards. The contract aims to enhance fire safety across VA facilities while promoting veteran business participation in federal contracting opportunities. Interested vendors must submit their quotes to Contracting Officer Sable Williams by 7:00 AM PST on November 8, 2024, and are advised to adhere strictly to the submission instructions and evaluation criteria outlined in the solicitation documents.

    Point(s) of Contact
    SABLE.WILLIAMS1@VA.GOVSABLE WILLIAMS
    (916) 923-4513
    rico.johnson@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for fire alarm maintenance services across various healthcare facilities in the VA Southern Nevada Healthcare System. The procurement is open to all businesses, with a specific emphasis on service-disabled veteran-owned small businesses (SDVOSB). The contract involves comprehensive inspections, testing, maintenance of fire alarm and suppression systems, and 24/7 emergency service, adhering to stringent standards set by the National Fire Protection Association (NFPA) and The Joint Commission. Key sections include detailed specifications for the services required, performance expectations, contractor qualifications, and invoicing protocols. Organizing the work into a base year with four option years allows for flexibility. The document also emphasizes the necessity for contractors to maintain high response times for service calls and to document all work within a specified reporting framework, ensuring compliance with fire safety protocols. The RFP serves as a critical mechanism for enhancing fire safety in VA facilities, ensuring adherence to federal regulations while fostering opportunities for veteran-owned businesses. This effort underscores the government's commitment to safety and regulatory compliance in its healthcare infrastructure.
    The document is a Combined Synopsis/Solicitation Notice for the Palo Alto Fire Alarm Maintenance service contract, which spans from January 1, 2025, to December 31, 2029. This solicitation (36C26124Q1020) is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS Code 922160. Interested vendors must submit their quotes to the designated contracting officer, Sable Williams, by 7:00 AM PST on November 8, 2024. The notice emphasizes strict adherence to submission instructions and evaluation criteria referenced in related FAR provisions. Additional attachments provide necessary details and previous work performance surveys relevant to the solicitation. The overall purpose is to engage a qualified contractor for fire alarm maintenance services for the Department of Veterans Affairs, ensuring compliance with regulatory requirements and promoting veteran business participation.
    The Department of Veterans Affairs is seeking market research responses for a fire alarm maintenance contract at various healthcare facilities in California, spanning from January 1, 2025, to December 31, 2029. This Sources Sought Notice is not a solicitation but aims to gauge interest from organizations capable of fulfilling fire alarm and suppression system testing, maintenance, and emergency repair services compliant with National Fire Protection Association standards. Interested parties should provide their organization's details and capabilities by September 4, 2024. Key requirements include 24/7 emergency service, adherence to specified NFPA codes, and a minimum of five years' experience in maintaining similar systems. The work involves significant recordkeeping, including daily electronic documentation and a comprehensive testing schedule for fire alarm systems, sprinker systems, and associated devices. The contractor must also be NICET certified at level 2 and have local representatives for rapid response. This effort underscores the VA's commitment to ensuring safe and effective fire protection systems at its facilities.
    The document provides a comprehensive wage determination under the Service Contract Act by the U.S. Department of Labor. It outlines wage rates and fringe benefits for specific occupations within California counties of Alameda and Contra Costa, detailing requirements based on the applicable Executive Orders for contracts initiated after January 30, 2022, or awarded between January 1, 2015, and January 29, 2022. Key wage rates include a minimum salary of $17.20 per hour under Executive Order 14026 and various specific rates for numerous occupations. Workers are entitled to additional benefits, including health and welfare compensation of $5.36 per hour, paid sick leave under Executive Order 13706, and vacation days based on years of service. In cases where job classifications are not listed, a conformance process is established for contractors to classify these employees appropriately, ensuring they receive fair compensation relative to listed positions. The document emphasizes the importance of compliance with wage standards and worker protections as mandated by federal contract provisions. This determination supports proper compensation in alignment with government contracts, federal grants, and state/local RFPs.
    This document outlines Wage Determination No. 2015-5641 under the Service Contract Act (SCA), emphasizing federal minimum wage obligations for contractors in Santa Clara County, California. Specifically, contracts starting or renewed after January 30, 2022, must adhere to a minimum hourly wage of $17.20, while those awarded between January 1, 2015, and January 29, 2022, require at least $12.90, unless a higher rate is stipulated. The determination also includes detailed occupational wage rates for various job titles, such as administrative, automotive, food service, health, and maintenance occupations, each with specified hourly rates. Furthermore, the document highlights fringe benefits, outlining health and welfare compensation, vacation time, and holiday requirements. It stresses compliance with Executive Orders concerning sick leave and worker protections and details a conformance process for unlisted job classifications. The purpose of this document is to ensure contractors understand their wage obligations, thereby promoting fair labor practices and supporting employee rights under government contracts. This wage determination serves as an essential reference for compliance in federal RFPs and grants, facilitating equitable worker compensation across service contracts.
    The document outlines the evaluation process for assessing a company's past performance in relation to a federal contract for the Department of Veterans Affairs. It mandates that each offeror provide a separate past performance survey completed by references, which must be included with their quote. Evaluators are instructed to confidentially provide feedback based on the company's previous contracts, including details such as contract amount, performance dates, and contract number. Key evaluation aspects include an overall quality rating of the company's work on a scale from Excellent to Unacceptable, along with comments on any performance issues encountered and their resolution. This structured approach emphasizes the importance of past performance evaluations to inform decision-making in government procurement processes, ensuring that the selected contractors have a proven track record of delivering quality services. This process reflects the government's commitment to transparency and accountability in awarding contracts.
    The document presents the wage determination under the Service Contract Act by the U.S. Department of Labor, specifically Wage Determination No. 2015-5637, Revision No. 27, dated July 22, 2024. It outlines the minimum wage requirements for contractors based on two Executive Orders: Executive Order 14026, applicable for contracts post January 30, 2022, necessitating a minimum wage of $17.20 per hour, and Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022, stipulating a $12.90 minimum wage. The document references specific wage rates for various occupations in California's San Francisco and San Mateo counties, including stipulations for fringe benefits such as health and welfare, vacation, and paid sick leave. It emphasizes the importance of providing adequate benefits, including annual adjustments to the minimum wage. The document elaborates on various occupations, pay structures, and the conformance process for new job classifications not listed. Additionally, it describes responsibilities for maintaining uniform provisions and hazardous pay differentials. This comprehensive wage determination aims to ensure fair compensation for workers engaged in federal contracts, promoting compliance with labor standards.
    Similar Opportunities
    J012--Perry Point Fire Alarm Maintenance and Repair REQUEST FOR QUOTE 5 Year Service Contract 512-25-1-641-0008
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide fire alarm maintenance and repair services at the Perry Point VA Medical Center through a five-year service contract. The contract requires the vendor to supply a skilled Fire Alarm Level-II Technician for 16 hours per week, with the potential for a Level-III technician for up to 112 hours annually, totaling 832 service hours per year. This initiative is crucial for maintaining the recently upgraded Honeywell Notifier ONYX Series fire alarm systems, which are integral to the safety infrastructure of the facility. Interested vendors must submit their quotes by October 30, 2024, at 10 AM Eastern Time, and can contact Contracting Officer William Chris Galletta at william.galletta@va.gov for further information.
    Combined Synopsis Solicitation - 36C78625Q50003 - Fire and Intrusion Alarm Monitoring and Maintenance at Calverton National Cemetery -- J063
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide fire and intrusion alarm monitoring and maintenance services at the Calverton National Cemetery in New York. The procurement includes comprehensive support for alarm systems, technical assistance for Honeywell Pro-Watch® software, and requires bidders to have relevant experience and certification as a Honeywell Integrated Security Integrator. This contract, structured with a base year and four option years, emphasizes the importance of maintaining the cemetery's dignity and compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should contact Sarah Poole at sarah.poole1@va.gov for further details, and a pre-bid site visit is scheduled to facilitate contractor inspections.
    Z1DA--36C261-24-AP-5056 | 36C26125Q0029 | VA Palo Alto Boiler Plant Retrofit
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to retrofit three boilers at the VA Palo Alto Health Care System, as outlined in RFQ 36C26125Q0029. The project aims to enhance safety compliance by addressing deficiencies identified in a recent Boiler Efficiency Institute report, ensuring that the retrofitted boilers meet the required safety standards and operational efficiency. This initiative is critical for maintaining the facility's heating infrastructure, which is essential for providing reliable healthcare services to veterans. Interested parties must submit their quotes to Contract Specialist Nicole Renfrew by 9:00 AM PST on November 8, 2024, with a total award amount of $19 million and a performance period of 120 calendar days for the project.
    Z2DA--503-25-103 Repair Building 1 Sprinkler Main | NCO 4 Offers will ONLY be accepted from Altoona SDVOSB MATOC Holders
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of the sprinkler main at Building 1 of the Altoona VA Medical Center, specifically targeting contractors who hold a Multiple Award Task Order Contract (MATOC). This project is crucial for maintaining fire safety standards at the facility and is exclusively open to Altoona SDVOSB MATOC holders, emphasizing the importance of compliance with the specified contractual stipulations. Proposals must be submitted by November 7, 2024, at 10:00 AM Eastern Time, with all inquiries directed to Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.
    J012--Fire Suppresion System Maintenance and Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance and testing services for the fire suppression system at the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. The procurement involves comprehensive inspection, maintenance, and repair of the fire sprinkler system across multiple buildings, totaling approximately 1.8 million square feet, in compliance with NFPA standards. This opportunity is crucial for ensuring the safety and operational readiness of the facility's fire protection systems. Interested vendors must submit their capability statements and relevant information to Contract Specialist Chris Hollingsworth via email by 4:00 PM EST on October 18, 2024, as this is a sources sought notice for market research purposes only.
    Fire Training Facilities Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance services for fire training facilities at Langley Air Force Base in Virginia. The procurement involves comprehensive inspection, testing, maintenance, and repair of both Large Frame and Small Frame Aircraft Fire Training Facilities, as well as the Structural Fire Training Facility, in accordance with the Performance Work Statement (PWS). These services are critical for ensuring the operational effectiveness and safety of fire training operations, with a focus on compliance with safety regulations and maintaining structural integrity. Interested vendors must submit their quotations by October 17, 2024, and all inquiries should be directed to Lester A. Yearwood or Chet Terrill via email. The contract will be awarded based on a Firm-Fixed Price model, with a size standard of $11.5 million under NAICS code 541350.
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace fire-rated doors at the Minneapolis VA Health Care System. The procurement involves the replacement of 29 fire-rated doors and 3 non-rated doors, with a focus on ensuring minimal disruption to patient care during the project. This initiative is critical for maintaining safety standards and compliance with fire regulations within the facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their quotes via email to Contract Specialist Robert Bennett by 1:00 PM on October 21, 2024, following a site visit scheduled for October 15, 2024. Technical inquiries are due by 1:00 PM on September 20, 2024, and all contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of submission.
    Z1DA--512-24-122 Structural Steel Fireproofing (VA-24-00093106) FY25 Requirement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide structural steel fireproofing services at the Baltimore Veterans Affairs Medical Center as part of the FY25 requirement. The project involves fireproofing exposed structural steel in Building 1, with a focus on ensuring compliance with fire safety standards and regulations, particularly for healthcare facilities serving veterans. The contract is set aside for Service-Disabled Veteran-Owned Businesses, with a budget estimated between $500,000 and $1 million, and bids must be submitted electronically following a mandatory site visit. Interested contractors should contact Contract Officer Dirk A Webb at Dirk.Webb@va.gov for further details, with the project expected to be completed within 150 calendar days from the Notice to Proceed.
    J042--Fire System Graphical Command Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought notice for the procurement of a new Fire System Graphical Command Center to replace the outdated Simplex TrueSite WorkStation Management Console at the VA Connecticut Healthcare System Newington Campus. The selected contractor will be responsible for providing new equipment, installation, software, system programming, testing for final certification, and user training for safety and maintenance staff. This initiative is crucial for maintaining effective fire safety operations within the facility. Interested vendors must submit their capabilities and qualifications by 5:00 PM EST on October 22, 2024, via email to Nathan Langone at Nathan.Langone@va.gov, with the subject line referencing Sources Sought 36C24125Q0025.
    J065--Inspection and Certification of Fume Hoods Ventilators, Biological Safety Cabinets, and Isolators.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the inspection and certification of fume hoods, ventilators, biological safety cabinets, and isolators under solicitation number 36C26224Q1891. This procurement aims to ensure compliance and safety standards for critical healthcare equipment across various VA facilities, reflecting the government's commitment to maintaining safe laboratory environments. The total award amount for this contract is projected at $19 million, with responses due by October 23, 2024, at 3:00 PM Pacific Time. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.