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
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the annual inspection of fire extinguishers at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The contract encompasses the inspection of approximately 1,100 fire extinguishers across various facilities, ensuring compliance with safety regulations and maintaining operational readiness. This procurement is critical for upholding fire safety standards within VA facilities, with a total contract value estimated at $19.5 million, structured as one base year with four option years. 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
    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.
    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.
    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.
    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.
    The document is an amendment to a combined solicitation by the Department of Veterans Affairs for the annual inspection of fire extinguishers, identified by solicitation number 36C25625Q0715. Responses are due by May 28, 2025, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting office is located at Overton Brooks VA Medical Center in Shreveport, Louisiana, with the point of contact being Contracting Officer Veronica Maskell. Additional information and details are provided in an attached document referenced as 36C25625Q0715 0002. The main focus of the RFP is to ensure compliance with safety regulations through regular inspection and maintenance of fire extinguishers within VA facilities.
    The document is an amendment notification regarding a solicitation issued by the Department of Veterans Affairs, specifically related to the Overton Brooks VA Medical Center. The main purpose of this amendment is to formally cancel the solicitation identified by the number 36C25625Q0715, with a clear indication that a new solicitation will not be released. The amendment reminds offerors that they must acknowledge the receipt of this cancellation prior to a specified date, following certain procedures outlined in the document. It emphasizes that all terms and conditions of the contract, as previously outlined, remain unchanged except for the cancellation directive. This reflects the government's ongoing management and oversight of contract solicitations, ensuring that all potential bidders are properly informed of important changes to federal procurement processes. Overall, the document serves to maintain transparent communication between the federal agency and interested contractors regarding solicitation status.
    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.
    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.
    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.
    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.
    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
    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.
    H312--586-26-1-523-0001 Fire and Life Safety Survey
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Fire and Life Safety Survey Services at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. The contractor will be responsible for evaluating compliance with the 2024 Edition of NFPA 101, Life Safety Code, and other relevant codes, which includes conducting visual inspections, verifying hazardous rooms and egress, and performing a 20% random survey of fire barriers above ceilings. This procurement is crucial for ensuring the safety and compliance of the facility's fire and life safety systems. Interested small businesses must submit their proposals by December 18, 2025, at 11 AM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    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.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    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.
    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.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.