H312-- FIRE AND SMOKE DAMPER INSPECTION SERVICES
ID: 36C25926Q0108Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for Fire and Smoke Damper Inspection Services at the Sheridan VA Health Care System in Wyoming. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to conduct inspections, testing, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, with inspections mandated every four years. This service is critical for ensuring compliance with safety standards and maintaining the integrity of fire control systems within the facility. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.

    Point(s) of Contact
    Christine JarvisContracting Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    This amendment to Solicitation 36C25926Q0108 for Fire and Smoke Damper Inspection Services addresses several key updates for the Department of Veterans Affairs, Network Contracting Office 19, for the Sheridan VA Health Care System in Sheridan, WY. The period of performance is revised to January 1, 2026, through December 31, 2030. The amendment incorporates an Infection Control Risk Assessment Form (Attachment 1) and a revised B3 Price Schedule (Attachment 2). Questions and Answers clarify that all inspection areas are Level 1 for infection control, no friable asbestos-containing material is known, and the contract is an Indefinite-Delivery Indefinite-Quantity (IDIQ) with ordering periods instead of option years. Inspections are required once every four years, with most buildings due in 2026 and 2030, and Building 87 due in 2028. Offerors must acknowledge receipt of this amendment and comply with all solicitation terms, including ADDENDUM to FAR 52.212-1, to be considered for award.
    The Department of Veterans Affairs (VA) is soliciting bids for Fire and Smoke Damper Inspection Services at the Sheridan VA Health Care System in Wyoming. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a five-year period of performance from February 1, 2026, to January 31, 2031, with an estimated task order every two years. The scope of work includes locating, identifying, mapping, testing, re-labeling, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, with most inspections overdue. The contractor must provide qualified, certified, and experienced technicians, adhering to TJC, VHA Directive 7717, and NFPA standards. Key deliverables include inspection reports within 14 days and coordination with the VA. The solicitation details contract clauses, administration, and invoicing procedures, with payments made monthly in arrears.
    The document outlines a price/cost schedule for damper inspections and associated travel across multiple buildings (3,4,5,6,7,8,9,64,71,71N & 86) and specifically Building 87, spread across three contract ordering periods. The base period (01-01-2026 to 12-31-2026) covers inspections for the initial set of buildings. Contract Ordering Period 1 (01-01-2028 to 12-31-2028) focuses on Building 87, with inspections due by July 25, 2028. Contract Ordering Period 2 (01-01-2030 to 12-31-2030) schedules repeat inspections for the initial set of buildings, due four years from the previous inspection date. The Principal NAICS Code for these services is 541350 (Building Inspection Services), and the Product/Service Code is H312 (Inspection - Fire Control Equipment). The schedule includes separate line items for inspection services and travel expenses for each period.
    This document outlines wage determinations for service contracts in Campbell, Crook, Johnson, Sheridan, and Weston Counties, Wyoming (Wage Determination No.: 2015-5411, Revision No.: 26, Date Of Last Revision: 07/08/2025). It details minimum wage rates based on Executive Orders 14026 ($17.75/hour for contracts entered into or renewed/extended on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed/extended). The document specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and 11 paid holidays. It also provides wage rates for numerous occupations across various categories (e.g., Administrative Support, Automotive Service, Health, IT), along with special provisions for computer employees, air traffic controllers, weather observers, hazardous pay, and uniform allowances. Procedures for conforming unlisted job classifications are also included.
    The VA Notice of Limitations on Subcontracting (852.219-75) outlines regulations for contractors regarding the percentage of work that can be subcontracted to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, no more than 50% of the government payment can go to non-certified firms. General construction contracts limit this to 85%, and special trade construction to 75%, with material costs excluded in construction. Offerors must certify compliance, acknowledging potential penalties for false certifications, including criminal prosecution and fines. The VA reserves the right to request documentation to verify compliance at any time. Failure to provide required documents may result in remedial action. This certification is mandatory for offer evaluation and award.
    The VHA Infection Control Risk Assessment (ICRA-1.3, December 2024) provides a standardized template for managing infection risks during construction, renovation, and maintenance activities within VHA facilities. This template establishes minimum requirements for categorizing activity types (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) to determine the necessary infection prevention and control precautions (Levels I, II, III, IV). The process involves a four-step assessment using tables to identify activity category, affected areas, overall patient risk, and the corresponding level of precautions. Following this, specific control measures are outlined for implementation during and after the activity, with a permit required for Level III and IV activities. An appendix details an alternative to outdoor exhaust requirements for negative pressurization. This document ensures consistent infection control practices, aligning with federal government health and safety standards in construction projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    4210--FIRE EXTINGUISHER- REPLACEMENT AND INSTALLATION
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting bids for the replacement and installation of fire extinguishers at the Hampton VA Medical Center in Virginia. The project involves providing and installing various types of fire extinguishers, including 10 ABC, 5 ABC, and 2.5 non-magnetic de-ionized water extinguishers, along with necessary installation services, bar code labeling, inspection tags, safety seals, and database updates to ensure compliance with safety regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the safety measures within the facility. Quotes are due by December 10, 2025, at 11 AM EST, and interested vendors should submit their proposals via email to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov.
    J041--Kitchen Hood Cleaning
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, is seeking qualified contractors for Kitchen Hood Cleaning services at the Cheyenne VA Medical Center in Wyoming. The procurement requires comprehensive cleaning and inspection of kitchen exhaust systems, adhering to NFPA 96 and IKECA standards, with services to be performed quarterly and coordinated with facility operations. This contract is crucial for maintaining safety and compliance in kitchen environments, ensuring that all systems are free from grease and other deposits that could pose fire hazards. Interested small businesses must respond to the solicitation by December 15, 2025, at 4:30 PM Mountain Time, and can contact Contracting Officer Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further details.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Seattle VA Portable Fire Extinguisher Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers at the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia. The procurement includes monthly, annual, and six-year inspections, as well as a 12-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This contract is crucial for maintaining safety standards within the facilities, and it has a base period from January 15, 2026, to January 14, 2027, with four one-year option periods extending through January 14, 2031. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, and note that the response deadline has been extended to December 16, 2025.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes a base year and four option years, covering a range of services such as scheduled and emergency maintenance for various HVAC/R systems, including chillers, cooling towers, and boilers. This procurement is crucial for ensuring the operational efficiency and reliability of HVAC systems within a healthcare environment, which directly impacts patient care and facility management. Interested parties must submit their offers by December 11, 2025, at 5 PM CST, and can contact Diyonne Williams at diyonne.williams@va.gov for further information.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract to connect Post Indicator Valves (PIVs) to the fire alarm system and upgrade fire zones in Building 78 at the Bath VA Medical Center in New York. The project involves installation, testing, and commissioning services to enhance fire alarm systems, including the integration of PIV supervision, installation of bollard protection, and the expansion of fire alarm zoning from one to eleven zones with voice alarms in living areas. This initiative is critical for ensuring the safety and compliance of the facility, which serves as a nursing home for veterans. The estimated contract value ranges from $250,000 to $500,000, with a completion timeline of 180 days from the Notice to Proceed. Interested contractors must register in SAM, verify their Service-Disabled Veteran-Owned Small Business status, and submit bids by December 22, 2025, with a mandatory pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a construction project to install a new fire alarm system in Building 25 at the West Texas Veterans Affairs Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system to ensure compatibility with the main Siemens infrastructure in Building 24, and is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This upgrade is critical for maintaining a unified and reliable fire safety system across the campus, enhancing safety for patients and staff. Interested contractors must submit their quotes electronically to Eileen Myers by January 2, 2026, at 10:00 AM CST, with the estimated contract value between $250,000 and $500,000.