H312--Building Automation Systems | Fire Alarm Maintenance | Smoke/Fire Alarm System Maint (VA-24-00092846)
ID: 36C24425Q0228Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Smoke and Fire Alarm Inspection and Repair Services at the Wilmington VA Medical Center in Delaware. The contract aims to ensure compliance with safety regulations by requiring the contractor to perform routine inspections, testing, and maintenance of fire alarm systems and related equipment, adhering to the latest NFPA standards and Joint Commission requirements. This procurement is critical for maintaining the safety and operational integrity of the medical facility, with a contract period spanning five years from February 3, 2025, to February 2, 2030. Interested offerors must submit their proposals by January 29, 2025, and can contact Contract Specialist Andrew Chmielewski at andrew.chmielewski@va.gov for further information.

    Point(s) of Contact
    Andrew D ChmielewskiContract Specialist
    (412) 860-7204
    andrew.chmielewski@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Smoke and Fire Alarm Inspection and Repair Services at the Wilmington VAMC in Delaware. The solicitation number is 36C24425Q0228, and responses are due by January 24, 2025. The contract will cover a five-year period, from approximately February 3, 2025, to February 2, 2030, with a set-aside for small businesses. Offerors must meet specific qualifications as detailed in the Statement of Work and provide a detailed proposal addressing price, technical capability, and past performance. Quotes must include a completed price schedule, cover letter, and technical capability statement, ensuring compliance with the Federal Acquisition Regulations. The evaluation criteria will prioritize pricing and technical understanding, with the goal of awarding to the most advantageous offer for the government. Additional compliance and records management obligations are specified, emphasizing the government's regulations in managing federal records and protecting sensitive information. This solicitation reflects the VA's commitment to maintaining safety and regulatory compliance in medical facility operations.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 4 in Pittsburgh, PA. The amendment extends the deadline for submitting offers to January 29, 2025, at 14:00 EST. A site visit is organized for January 23, 2025, at the Wilmington VA Medical Center, where vendors are expected to sign up in advance, with participation limited to three attendees per vendor. The document emphasizes that the site visit is not mandatory and instructs vendors on the protocol for accessing the building and the process for submitting their information to attend the visit. Contact points are provided for coordination regarding the site visit. Overall, the amendment maintains all other terms and conditions of the original solicitation while providing necessary updates and instructions for potential bidders. This reflects the standard practices for government RFP processes, ensuring clarity and compliance for prospective contractors.
    The Wilmington VA Medical Center is seeking a contractor to provide comprehensive fire alarm and sprinkler inspection, testing, and maintenance services, adhering to the most current NFPA standards and Joint Commission requirements. The contract, structured as a five-year, firm-fixed-price IDIQ agreement, mandates the contractor to perform a series of routine inspections and tests on various fire alarm components, sprinkler systems, and related equipment at specified frequencies, with detailed electronic reporting requirements. Key responsibilities include conducting annual tests on fire alarm systems, maintaining detailed records, and addressing any deficiencies identified during inspections, with prompt reporting to the Program Point of Contact (POC). The contractor must ensure all personnel are properly certified, adhere to local regulatory standards, and coordinate testing schedules to avoid disruptions to building operations, potentially operating outside of normal hours if necessary. The document also stipulates that costs for repairs resulting from misuse or negligence are excluded from the contract and must be approved separately. Overall, the purpose of this RFP is to establish a qualified contractor dedicated to maintaining critical fire safety systems, emphasizing compliance with safety regulations and timely reporting of all maintenance activities.
    The document outlines a Past/Present Performance Questionnaire for the solicitation of smoke and fire alarm inspections under solicitation number 36C24425Q0228. It serves to collect contractor identification, evaluator information, and performance assessments regarding the contractor's quality of services, timeliness of performance, and business relations. Key elements of the assessment include a narrative explanation and adjectival ratings ranging from Excellent to Unsatisfactory, which help evaluate the contractor's ability to meet contractual obligations and address issues effectively. Evaluators are asked to detail the contractor's strengths and weaknesses and indicate whether they would award future contracts to the same contractor. The overall purpose of the questionnaire is to gather essential feedback on performance to support decision-making processes in government contracting, emphasizing the importance of accountability and quality in federal projects.
    This document outlines a five-year Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for various fire safety services, with the Wilmington VA Medical Center as the sole ordering entity. The contract sets a minimum obligation of $2,000 and a maximum of $1,000,000 for services that include annual inspections and maintenance of fire alarm and suppression systems, portable extinguishers, and monitoring stations. Each service has defined quantities and periods of performance running from February 3, 2025, to February 2, 2030. Additionally, offerors are instructed to submit pricing for regular, emergency, and weekend labor for repair services, underscoring contractual flexibility given that all amounts are estimates. The document emphasizes the necessity for contract award values to be defined later, cautions that all funds are subject to availability, and categorizes services under the principal NAICS code 561621, relating to Security Systems Services. This summary underscores the government's approach to facilitating structured procurement processes through IDIQ contracts while ensuring compliance with federal guidelines.
    The document outlines the wage determinations under the Service Contract Act (SCA) as mandated by the U.S. Department of Labor for federal contracts, specifically for Pennsylvania counties like Allegheny and Westmoreland. It details the minimum wage requirements: $17.20 per hour under Executive Order 14026 starting January 30, 2022, and $12.90 per hour under Executive Order 13658 for contracts awarded before that date. A comprehensive list of occupations and corresponding wage rates for various clerical, automotive, food service, healthcare, and technical roles is provided. Additionally, it addresses fringe benefits, including health and welfare payments and vacation entitlement, as well as paid sick leave requirements under Executive Order 13706. The document serves to guide contractors in compliance with federal wage standards, ensuring that covered workers receive fair compensation and benefits while performing contract work. It emphasizes the need for accurate wage classifications and the process for addressing unlisted job categories through a conformance procedure. Overall, this document is crucial for contractors and employees involved in federal contracting, ensuring adherence to labor laws and promoting equitable treatment in the workplace.
    Similar Opportunities
    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.
    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.
    J012--Fire and Smoke Door Inspection and Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Fire and Smoke Door Inspection and Repair services at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. This procurement involves conducting annual inspections and necessary repairs of fire and smoke doors over a base year with four option years, requiring contractors to have specific qualifications, including Service-Disabled Veteran Owned Small Business (SDVOSB) status and ANAB ISO/IEC 17020:2012 accreditation. The services are critical for ensuring compliance with safety standards and regulations, including adherence to various NFPA codes and VA manuals. Interested parties must submit their responses by December 22, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    Z1DA--550-23-102 Upgrade Fire Protection - Multiple Buildings - CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the project titled "Upgrade Fire Protection and Emergency Notification - Multiple Buildings" at the VA Illiana Healthcare System in Danville, IL. This project involves the installation of new, integrated fire alarm and voice evacuation systems across several buildings, including the replacement of existing fire alarm control panels, detectors, and associated wiring to ensure compliance with NFPA standards. The upgraded systems are crucial for enhancing safety protocols within the healthcare environment, ensuring effective emergency notifications and fire protection for occupants. Interested contractors should contact Contract Specialist Juan C Gaytan at Juan.Gaytan@va.gov for further details, with the project being categorized under NAICS code 236220 and PSC code Z1DA.
    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.