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

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS 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 contractor will be responsible for locating, identifying, mapping, testing, re-labeling, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, many of which are overdue for inspection. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), is an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a performance period from January 1, 2026, to December 31, 2030, and requires detailed inspection reports within 14 days of service completion. Interested parties must acknowledge all amendments and submit their proposals by December 12, 2025, at 2:00 PM Mountain Time, with inquiries directed to 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.
    This document is an amendment to a previous combined solicitation for Fire and Smoke Damper Inspection Services for the Department of Veterans Affairs. The solicitation number is 36C25926Q0108, and the response date is December 12, 2025, at 2:00 PM MOUNTAIN TIME. The set-aside is for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), with NAICS code 541350. The place of performance is the Sheridan VA Health Care System in Sheridan, WY. The amendment specifically revises Section 3 of the Performance Work Statement, extending the completion time for services from 45 to 90 calendar days after receipt of an awarded Task Order. Offerors must acknowledge all amendments as part of their quote, and no additional questions are being accepted. Failure to comply with all terms and conditions, including those in ADDENDUM to FAR 52.212-1, may result in an offer being considered non-compliant.
    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.
    This Performance Work Statement outlines the requirements for damper inspections at the Sheridan Veterans Administration Medical Center (VAMC). The contractor will locate, identify, map, test, re-label, inspect, and report on smoke, fire, and combination smoke/fire dampers across 12 buildings with an estimated 598 dampers, many of which are overdue for inspection. Services must comply with The Joint Commission (TJC), VHA Directive 7717, and NFPA standards. The contract is an Indefinite Delivery, Indefinite Quantity 5-year agreement with estimated task orders every two years. Key responsibilities include completing services within 90 days of a task order, providing detailed inspection reports within 14 days, and offering repair estimates for deficiencies. The contractor must provide qualified and certified technicians, adhere to strict coordination and security protocols, and maintain quality control. The government will provide access to building plans and
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...