H242--Annual Inspection Fire Extinguishers
ID: 36C25625Q0715Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

EQUIP/MATERIALS TESTING- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H242)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the annual inspection of fire extinguishers at the Southeast Louisiana Veterans Health Care System in New Orleans, Louisiana. The contract encompasses the inspection of approximately 1,000 fire extinguishers, ensuring compliance with safety standards and regulations, and includes one base year with four option years for continued service. This procurement is critical for maintaining fire safety equipment across VA facilities, with a total estimated contract value of approximately $19.5 million. Interested parties must submit their electronic quotes by April 15, 2025, at 10:00 AM Central Time, and inquiries should be directed to Contracting Officer Veronica Maskell at veronica.maskell@va.gov.

Point(s) of Contact
Veronica MaskellContracting Officer
(318) 990-4090
veronica.maskell@va.gov
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The document serves as a Combined Synopsis/Solicitation Notice for the annual inspection of fire extinguishers at the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. The solicitation number is 36C25625Q0715, and it aims to solicit competitive quotes for the required services. This procurement is reserved for 100% service-disabled veteran-owned small businesses (SDVOSBC). Interested parties must submit their quotes electronically by April 15, 2025, at 10 AM Central Time, with inquiries directed to the contracting officer, Veronica Maskell, via email. The procurement follows federal guidelines outlined in FAR Part 12 and Part 13, focusing on acquiring commercial items under simplified acquisition procedures. The applicable NAICS code is 541990 for other professional, scientific, and technical services. The document emphasizes the importance of electronic submissions and specifies deadlines for question submissions. Attached documents include wage determinations and restrictions on subcontracting, reinforcing compliance and regulatory adherence throughout the procurement process.
Apr 10, 2025, 9:05 PM UTC
This solicitation by the Department of Veterans Affairs seeks proposals for annual fire extinguisher inspections at the Southeast Louisiana Veterans Health Care System. The contract, valued at approximately $19.5 million, consists of one base year with an option for four additional years. It aims to ensure the proper maintenance and operation of around 1,000 fire extinguishers located across multiple sites. Key responsibilities for the contractor include thorough inspections, necessary repairs, and providing a detailed database of each extinguisher’s status and maintenance history. The solicitation emphasizes compliance with various federal regulations, including a 100% set-aside for service-disabled veteran-owned small businesses (SDVOSB). Offers are due by April 15, 2025, with a performance period commencing on April 30, 2025. The document outlines specific service requirements, delivery schedules, and invoicing procedures, highlighting the importance of safety and quality assurance in the contract's execution.
Apr 10, 2025, 9:05 PM UTC
This document is an amendment to a combined solicitation for the annual inspection of fire extinguishers at locations associated with the Department of Veterans Affairs (VA). The main purpose is to solicit proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for inspection services. The contract will be managed by the Overton Brooks VA Medical Center in Shreveport, Louisiana, with performance expected at the Southeast Louisiana Veterans Health Care System in New Orleans. The solicitation number is 36C25625Q0715, and responses are due by April 17, 2025, at 1 PM Central Time. The document includes references to additional attached files that contain more detailed information, including specifications, responses to questions, and a master list of fire extinguishers. The contracting officer overseeing this solicitation is Veronica Maskell, whose contact information is provided. This amendment reinforces the government's commitment to engaging veteran-owned businesses while ensuring compliance with safety regulations through the required inspection of fire safety equipment within VA facilities. Overall, this solicitation aims to promote service and safety standards in support of veteran services.
Apr 10, 2025, 9:05 PM UTC
The document is an amendment to a Request for Quotation (RFQ) concerning the annual inspection of portable fire extinguishers at the Overton Brooks VA Medical Center. Its primary purpose is to communicate updates regarding the RFQ, including the provision of questions and answers submitted by bidders and an extension to the submission deadline, now set for April 17, 2025, at 1 PM CDT. The contract entails various inspection services, with a total of five option years outlined. Each option details the quantity and cost for annual inspections and maintenance of fire extinguishers, emphasizing the importance of ensuring equipment compliance and safety. The primary North American Industry Classification System (NAICS) code associated with this work is 541990, which encompasses various professional, scientific, and technical services. This document plays a crucial role in facilitating the bidding process for federal contracts, ensuring that all potential contractors are informed of updates and requirements to promote a fair and competitive selection process. It underscores the need for safety standards within government facilities, as well as adherence to regulations governing the services being provided.
Apr 10, 2025, 9:05 PM UTC
The document outlines the compliance requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) regarding subcontracting limitations under the VAAR 852.219-75. It certifies that upon contract award, the contractor will not subcontract more than 50% of the government-awarded contract amount to firms that are not VIP-listed SDVOSBs or VOSBs. The document specifies that evidence of compliance may include invoices and subcontract records, which the VA may review to ensure adherence to these limitations. Additionally, failure to comply with this certification may lead to penalties such as fines or debarment. The certification must be clearly signed and returned with the submission; any incomplete submissions may be deemed ineligible for evaluation and award. This document serves as a crucial element in the context of federal Requests for Proposals (RFPs), reinforcing the government’s commitment to supporting veteran-owned businesses while ensuring fair contracting practices.
Apr 10, 2025, 9:05 PM UTC
The document provides a comprehensive overview of monthly fire extinguisher inspections conducted across various buildings, totaling 934 extinguishers inspected. Each facility's details include type, quantity, pass/fail status, and the date of inspection, demonstrating a systematic approach to fire safety compliance. The majority of extinguishers passed inspection, with specific mentions of failures, notably some CO2 and Halotron types, indicating areas needing corrective action. Additionally, it categorizes extinguishers by location and type (e.g., 10 lb ABC, Class K, etc.) with attention to the manufacturing dates and hydrostatic retest timelines. This report reflects the government's commitment to ensuring safety standards are met in public facilities, essential for mitigating fire hazards and maintaining compliance with federal, state, and local regulations. The data serves as a critical record for maintenance and planning future inspections, pivotal for adherence to safety protocols in any government-related RFP or grant requirement.
Apr 10, 2025, 9:05 PM UTC
The document outlines the requirements for the annual inspection of fire extinguishers at various VA locations. The inspections, which must be completed before July 1, will involve only visual checks without maintenance and will culminate in a final report for each site. Specific details regarding extinguisher quantities at locations are provided, noting an estimated total of around 1,100 extinguishers, with adjustments possible due to maintenance just completed. Questions regarding the contract type, which will be a Firm Fixed Price, and the necessity of NFPA certification for inspectors are addressed. The existing fire extinguisher database will be updated rather than created from scratch, and a tracking system will be required for reporting inspections by location and serial number. There is currently no vendor providing this service since the previous contract has ended. An extension for proposal submissions has also been granted to allow bidders to adjust their pricing based on the clarifications provided. Overall, this document emphasizes the VA's commitment to annual safety inspections and compliance with standards, ensuring a structured approach to maintaining their fire safety equipment.
Apr 10, 2025, 9:05 PM UTC
The document outlines a Request for Proposal (RFP) for the annual maintenance inspection of approximately 1,000 portable fire extinguishers within the Southeast Louisiana Veterans Health Care System (SLVHCS). The contract includes one base year plus four option years and specifies inspection locations at various SLVHCS facilities. The contractor is responsible for all labor, tools, and materials to ensure thorough inspections, including checking accessibility, gauge functionality, and cleaning extinguishers, alongside maintaining a detailed database of inspection results. Additionally, the contractor must meet compatibility requirements with existing systems and ensure all equipment is delivered by July 31, 2025, with options for after-hours service. There are no training requirements, but successful completion of government acceptance testing will be necessary to confirm compliance. The contractor is also held accountable for protecting property during work and must adhere to warranty provisions. Overall, the RFP emphasizes the importance of maintaining safety standards in line with NFPA guidelines across VA facilities while ensuring thorough documentation and accountability throughout the service process.
Apr 10, 2025, 9:05 PM UTC
The document outlines Wage Determination No. 2015-5189, issued by the U.S. Department of Labor's Wage and Hour Division under the Service Contract Act, which establishes minimum wage rates and fringe benefits for various occupations in specific Louisiana parishes. Effective for contracts entered into on or after January 30, 2022, contractors must pay covered workers at least $17.75 per hour, adjusted annually under Executive Order 14026. Contracts awarded before this date may follow older wage standards. The document includes detailed wage rates for a broad spectrum of job classifications, including administrative support, automotive service, health occupations, IT roles, and many more, ensuring compliance with federal labor standards. Additionally, it specifies benefits such as health and welfare compensation, vacation, and holiday pay, and outlines the requirements for paid sick leave under Executive Order 13706. The summary emphasizes that adherence to these wage determinations is essential for contractors involved in federal contracts, providing a structure for fair compensation and worker protections while supporting compliance with federal regulations concerning labor practices in government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
H342--Fire Extinguishers Inspections for Overton Brooks VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for fire extinguisher inspections and maintenance services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement requires the selected contractor to conduct monthly and annual inspections, certifications, and replacements of damaged or malfunctioning fire extinguishers to ensure compliance with state, local, and federal regulations. This initiative is critical for maintaining safety standards within the medical center, which houses approximately 400 fire extinguishers across various buildings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their electronic quotes by April 23, 2025, at 4:00 PM Central Time, with inquiries directed to Contracting Officer Ross Futch at ross.futch@va.gov. A mandatory site visit is scheduled for April 14, 2025, and the total contract value is estimated at $19.5 million over a potential five-year period.
H399--Testing and Inspection of Elevators - Shreveport, Louisiana
Buyer not available
The Department of Veterans Affairs is seeking a contractor for the testing and inspection of elevators at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement involves conducting annual safety tests, biannual inspections, and five-year load tests for various vertical transportation systems, including elevators, cartlifts, and dumbwaiters, all to be performed by QEI-1 certified inspectors. This initiative is crucial for ensuring compliance with safety standards and operational efficiency, reflecting the VA's commitment to maintaining safe transportation systems within its medical facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contracting Specialist Tammy DeMille at Tammy.demille@va.gov for further details, with a total contract value of $11.5 million for the base year and four option years starting from May 1, 2025.
Life Safety Assessment Update
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking proposals for a Life Safety Assessment Update at the VA Greater Los Angeles Healthcare System. The primary objective of this procurement is to conduct a comprehensive assessment of the Statement of Conditions (SOC) for multiple buildings at the VA West Los Angeles and VA Sepulveda facilities, ensuring compliance with the Life Safety Code and Joint Commission regulations. This initiative is crucial for maintaining the safety and operational standards of healthcare facilities serving veterans, as it involves updating life safety floor plans and identifying necessary improvements across approximately 1.2 million square feet of space. The contract, valued at $9 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by April 18, 2025, at 11:00 AM Pacific Time. Interested parties can contact David Odne at david.odne@va.gov for further information.
J041--Chiller Preventative and Corrective Maintenance Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Chiller Preventative and Corrective Maintenance Services at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement aims to secure a service contractor responsible for chemical treatment, preventative maintenance, routine and emergency repairs, and training for government-owned equipment, specifically under NAICS code 238220. This initiative is crucial for maintaining the operational efficiency and safety of the facility's cooling systems, which are vital for patient care and comfort. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their electronic quotes by April 24, 2025, at 1:00 p.m. Central Standard Time to Rachel Babin at Rachel.Babin@va.gov, with a site visit scheduled for April 3, 2025, to facilitate understanding of the project scope.
J063--Fire Alarm Testing W/Minor Repairs
Buyer not available
The Department of Veterans Affairs is soliciting bids for fire alarm testing and minor repairs at the Malcom Randall VA Medical Center in Gainesville, Florida. The contract encompasses a base year with four optional renewal periods, focusing on ensuring compliance with NFPA standards through regular inspections, testing, and minor repairs capped at $5,000 annually. This initiative is crucial for maintaining the safety and functionality of fire alarm systems within a healthcare environment, reflecting the government's commitment to public safety and support for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to Contracting Officer Scott Brickey at scott.brickey@va.gov or by phone at 352-283-2837.
H335--Elevator Inspection
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to perform semi-annual elevator inspections and five-year testing at the Salem VA Medical Center. The contract, valued at approximately $11.5 million over one base year and four option years, requires the contractor to inspect 29 vertical transport devices, ensuring compliance with ASME standards and providing all necessary tools, labor, and materials. This procurement is crucial for maintaining safety and operational efficiency in the facility's elevator systems, with inspections scheduled for February and September, and five-year testing planned for June 2026. Interested bidders should note that the deadline for technical questions is April 18, 2025, and quotes must be submitted by April 22, 2025; for further inquiries, contact Satasha E Stewart at Satasha.Stewart@va.gov.
H312--Fire Damper Testing & Inspection
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide Fire Damper Testing and Inspection services for the Brooklyn VA Medical Center and St. Albans Community Living Center. The procurement aims to ensure compliance with safety standards set by the National Fire Protection Association (NFPA) and Veterans Health Administration (VHA), requiring contractors to have relevant certifications and experience in fire safety services. This initiative is critical for maintaining safety within VA facilities, as it involves inspecting approximately 495 dampers and addressing any necessary repairs, with a performance period from June 16, 2025, to June 15, 2026. Interested parties must submit their organizational details, including socio-economic status, by April 18, 2025, at 3:00 PM EST to Yasmin Moses at Yasmin.Moses@va.gov.
MED GAS Inspection/Testing/Cert
Buyer not available
The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses to provide inspection, testing, and certification services for Medical Gas Distribution Systems and Equipment at the Northern Arizona VA Healthcare System. The contract will cover a one-year base period from May 5, 2025, to May 4, 2026, with the option for four additional annual renewals, ensuring compliance with NFPA, TJC, LTCI, and VHA standards through annual testing and verification of medical gas systems. This procurement is crucial for maintaining high safety standards in healthcare facilities, emphasizing the importance of regulated inspections. Interested offerors must submit their quotations by April 28, 2025, and can contact Marco Ramos at marco.ramos1@va.gov or 562-766-2329 for further information.
Solicitation Fort Sill, OK Fire Extinguisher BPA
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on the maintenance and inspection of fire extinguishers. This procurement aims to ensure compliance with safety standards by providing monthly and yearly inspections, thorough examinations, and necessary maintenance services for fire extinguishers utilized by various units on the installation. The selected contractors will be responsible for maintaining records and performing services in accordance with NFPA 10 standards, with the government planning to award contracts to up to three vendors based on the best value pricing. Proposals are due by May 14, 2025, following a Q&A period that ends on April 29, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) prior to award. For further inquiries, potential offerors can contact Sommer Roach at sommer.p.roach.civ@army.mil or Brandi O'Daniel at brandi.l.odaniel.civ@army.mil.
H146--629-25-4-690-0272 POTABLE WATER MANAGEMENT (VA-25-00066185)
Buyer not available
The Department of Veterans Affairs is seeking market information from potential vendors for potable water management services at the Southeast Louisiana Veterans Health Care System in New Orleans. The objective is to identify qualified small businesses, particularly Service-Disabled Veteran-Owned and Veteran-Owned small businesses, capable of providing comprehensive water quality monitoring, treatment, and maintenance services in compliance with VA Directive 1061, which addresses legionella risks. This initiative is crucial for ensuring the safety and quality of water supplied to veterans and staff, with the contract expected to span one base year with four optional extensions. Interested parties must submit their capabilities statements by April 22, 2025, at 11:00 a.m. Central Time, and are required to be registered and verified in systems such as SAM and SBA for eligibility. For further inquiries, contact Tiffany Conner at tiffany.conner@va.gov or (318) 990-4064.