H312--HINES VAMC FIRE ALARM TESTING, INSPECTION AND PREVENTATIVE MAINTENANCE, BASE 4 OPTION YEARS
ID: 36C25225Q0210Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a firm fixed-price contract for fire alarm testing, inspection, and preventative maintenance services at the Edward Hines, Jr. VA Hospital and the Joliet Outpatient Clinic. The contract, valued at approximately $25 million, will cover a base period from April 1, 2025, to March 31, 2026, with four optional one-year extensions. This initiative is critical for ensuring compliance with safety protocols and maintaining high standards in fire safety across VA facilities, emphasizing the importance of qualified technicians and adherence to various legal and regulatory standards. Interested bidders must submit their proposals by February 24, 2025, and can direct inquiries to Contract Specialist Michelle R Klug at michelle.klug2@va.gov.

    Point(s) of Contact
    Michelle R KlugContract Specialist
    michelle.klug2@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines a Request for Quote (RFQ) from the Department of Veterans Affairs for fire alarm system maintenance. The document seeks proposals for the inspection, testing, and preventative maintenance of fire alarm equipment at the Edward Hines, Jr. VA Hospital and the Joliet Outpatient Clinic in Illinois. The contract will cover a base year plus four option years, specifically set aside for Service-Disabled Veteran-Owned Small Business concerns. The solicitation number is 36C25225Q0210, with responses due by February 19, 2025, at 10:00 AM Central Time. The contracting office is located at the Great Lakes Acquisition Center in North Chicago, Illinois. Additional information, including the point of contact for inquiries, is provided, highlighting the VA's commitment to maintaining essential safety systems in its facilities. This RFQ reflects the federal government's ongoing need for reliable service providers in critical areas such as facility safety and emergency readiness.
    The government document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the inspection, testing, and preventive maintenance of fire alarm systems at the Edward Hines, Jr. VA Hospital and the Joliet Outpatient Clinic. A firm fixed price contract estimated at $25 million is anticipated for a base period from April 1, 2025, to March 31, 2026, with four potential one-year extensions. Interested bidders must provide qualified technicians, coordinate work schedules with the Contracting Officer’s Representative, and comply with rigorous safety standards and VA policies. Key requirements include adherence to various legal and regulatory standards (e.g., NFPA, UL, OSHA), a detailed reporting schedule for work completed, and compliance with set-aside regulations for certified service-disabled veteran-owned businesses. The RFP also stipulates payment via electronic invoicing and mandates that all invoices meet specific documentation standards to ensure prompt payment. This initiative underscores the government’s commitment to maintaining safety protocols and supporting veteran-owned enterprises in service contracts.
    The document pertains to the amendment of a solicitation (36C25225Q0210) by the Department of Veterans Affairs (VA) regarding fire protection services at various VA locations. The key purpose of this amendment is to address vendor inquiries and extend the submission deadline for offers to February 24, 2025. Vendors have raised questions concerning the existing systems, required technician presence, inspection reports, and capacities of various fire protection equipment. Responses clarify that historical data will be available to the winning contractor, emphasizing the need for equipped and certified technicians on-site, primarily for the maintenance of fire alarm systems. Additional inquiries include specifics on fire safety equipment across buildings, such as circuit breaker types, hydrant counts, and extinguishers, as well as detailed expectations for service technicians' schedules and certifications. The document specifies the importance of annual inspections and test frequencies according to Joint Commission standards and identifies that technical documentation related to the inventory will be delegated to the awarded contractor. This summary underscores the VA's initiative to ensure high standards in fire safety while providing clear guidelines for potential contractors bidding on the project.
    The document outlines an inventory list for a variety of fire alarm and safety equipment associated with a government RFP or procurement process. It specifies quantities and types of devices required across several buildings, categorizing them into detectors (duct, heat, smoke), visual and audible notification devices, pull stations, panels (Fire Alarm Control Panel), batteries, and waterflow devices, among others. Each entry includes specific standards, equipment types, frequencies, and scheduled verifications. The primary purpose of this document is to indicate the necessary equipment for fire safety systems that must be installed or maintained, ensuring compliance with established technical standards for fire prevention. This inventory is crucial for comprehending the scope of the procurement needs, which supports safety regulations and enhances emergency response capabilities across campuses. The overall goal is to prioritize compliance with fire safety protocols while preparing for an efficient bidding process for contractors to fulfill these requirements.
    The document outlines a comprehensive inventory of fire alarm and safety equipment required across various buildings. It includes specific quantities and types of equipment such as detectors (for duct, heat, and smoke), magnetic door holders, notification devices (visual and audible), fire alarm control panels (FACP), and pull stations. The inventory is categorized by building and standard codes, often referencing engineering and compliance standards (EC 02.03.05 and LS 02.01.34) relevant to fire safety systems. Each equipment entry lists the corresponding quantity and type specific to various emergency protocols, ensuring compliance with safety regulations. For instance, numerous detectors and notification devices are specified, indicating a focus on robust fire prevention and alarm infrastructure. The document serves as a critical resource for government agencies and contractors involved in RFPs and grants related to public safety, aiming to enhance building safety standards and preparedness. Its structured format provides clarity regarding quantities, distributions, and requirements across multiple locations, facilitating effective planning and implementation of fire safety measures.
    The document details the Wage Determination No. 2015-5017 issued by the U.S. Department of Labor under the Service Contract Act, specifically for contracts in Illinois' Cook, Du Page, and McHenry counties. It outlines minimum wage rates applicable to various occupations, influenced by Executive Orders 14026 and 13658, where contractors must pay at least $17.75 or $13.30 per hour, depending on contract initiation dates. A wide array of occupations is listed with corresponding wage rates and fringe benefits, including health, vacation, and holiday pay. Additionally, it addresses requirements for sick leave for federal contractors and sets forth processes for classifying occupations not specifically listed. Contractors are mandated to adhere strictly to wage determinations to ensure equitable compensation for workers performing under government contracts, thereby promoting compliance with labor standards aimed at upholding workers' rights and benefits. This file serves as a critical reference for government contracting, outlining the obligations of contractors in relation to employee compensation and related protections, reflecting the federal commitment to fair labor practices.
    Similar Opportunities
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Repair/Replacement of Fire Alarm Systems at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. The project aims to replace the existing fire alarm systems with a new EST-4 programmable Fire Alarm Control Panel while ensuring minimal disruption to hospital operations and adhering to strict safety and security protocols. This initiative underscores the VA's commitment to maintaining high standards of safety for both patients and staff within its facilities. Interested contractors must submit their proposals electronically, with a project budget estimated between $2 million and $5 million, and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further inquiries. The RFP number is 36C25625R0055, and the proposal submission deadline will be specified in the RFP documents available on the SAM.gov website.
    J063--Fire Alarm Testing
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Fire Alarm Testing Services at the Dayton VA Medical Center. This procurement involves a firm-fixed price contract for one base year with four optional years, requiring contractors to conduct comprehensive annual and quarterly inspections of fire alarm systems in compliance with National Fire Protection Association (NFPA) standards. The services are critical for ensuring the safety and functionality of fire alarm systems within VA facilities, thereby safeguarding patients and staff. Interested vendors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) certified at SAM.gov, must contact Contract Specialist Mary Jane Crim at MaryJane.Crim@va.gov for further details and adhere to all federal regulations and performance metrics outlined in the solicitation documents.
    H245--Safety Device Testing & and Calibration of the Boiler Plant Burners
    Buyer not available
    The Department of Veterans Affairs is seeking contractor services for the testing, calibration, and inspection of boiler safety devices at the Saint Louis VA Healthcare System. This procurement aims to ensure the reliability and safety of boiler systems, with a focus on compliance with federal safety standards and operational efficiency. The contract is structured as a Firm Fixed Price, Indefinite Quantity agreement, with an estimated value of $12.5 million over a potential five-year period, and proposals are due by March 25, 2025. Interested contractors should contact Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission protocols.
    H342--Fire Pump Testing and Maintenance | Grand Junction VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire pump testing and maintenance services at the Grand Junction VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses comprehensive inspection, testing, and maintenance of the fire pump system, adhering to National Fire Protection Association (NFPA) standards to ensure operational safety and compliance with federal regulations. This procurement is crucial for maintaining the functionality of fire protection systems within VA facilities, ultimately supporting the safety of veterans. The total award amount is capped at $19.5 million over a base year and four option years, with quotations due by March 18, 2025. Interested vendors should direct inquiries to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov or call 303-712-5840.
    Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Northern Indiana Health Care System, Fort Wayne Campus. The project, identified by Solicitation Number 36C25025B0025, requires the contractor to provide all necessary labor, equipment, materials, and supervision to implement a new nonproprietary campus-wide fire alarm system that allows for competitive vendor participation. This upgrade is crucial for ensuring compliance with safety standards and enhancing the efficiency of fire safety operations within the facility. Interested parties must submit their proposals by 10:00 AM Eastern Time on March 26, 2025, and can direct inquiries to Contracting Officer Luke A. Turner at luke.turner@va.gov or by phone at 513-559-3712.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    Z1DA--626A4-23-203 - Upgrade Fire Alarm System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to upgrade the fire alarm system at the Tennessee Valley Healthcare System in Murfreesboro, Tennessee. This project involves the installation of a new networked fire alarm system that complies with current VA standards and national fire codes, ensuring enhanced safety measures within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $10 million and $20 million, with a construction timeline of 550 calendar days post-award. Interested contractors must submit their proposals electronically, adhering to specific formatting guidelines, and can direct inquiries to Contract Specialist Jen Jamieson at jen.jamieson@va.gov.
    J043--FY25: OVAHCS Medical Gas Testing and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Medical Gas Testing and Preventative Maintenance contract at the Orlando VA Healthcare System (OVHCS), with an estimated value of approximately $34 million. The contract encompasses comprehensive services including testing, certification, and emergency response for medical gas systems across multiple OVHCS locations, ensuring compliance with safety standards and operational efficiency critical to patient care. Contractors must possess certifications from the American Society of Sanitary Engineering (ASSE) and adhere to stringent documentation and regulatory requirements throughout the contract term. Interested parties should contact Robert R Edwards at Robert.Edwards2@va.gov for further details and to submit proposals in accordance with the solicitation guidelines.
    H945--BOILER INSPECTIONS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler inspection services at the Salem VA Medical Center. The procurement includes a total contract budget of $19 million, covering a base year and four one-year options, with an emphasis on comprehensive inspection, maintenance, and calibration of the facility's boiler systems to ensure safety and operational efficiency. This contract is crucial for maintaining compliance with safety regulations and recognized standards, and it highlights the VA's commitment to engaging veteran-owned small businesses in the procurement process. Interested parties should direct inquiries to Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov, with proposals due by March 10, 2025.