Amendment 0002 | N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
ID: 36C25625R0055Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified contractors for the Repair/Replacement of Fire Alarm Systems at the Central Arkansas Veterans Healthcare System, specifically at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center. The project aims to replace the existing fire alarm systems with an EST-4 programmable Fire Alarm Control Panel while ensuring minimal disruption to hospital operations, adhering to strict safety protocols, and maintaining compliance with infection control measures. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $2 million and $5 million, and a performance period of 365 days post-notice to proceed. Interested offerors must submit their proposals electronically by April 21, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov or by phone at 501-918-1200.

Point(s) of Contact
Julius JonesContract Specialist - TAG
(501) 918-1200
Julius.Jones@va.gov
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The document outlines the Request for Proposal (RFP) issued by the Department of Veterans Affairs for the Repair/Replacement of Fire Alarm Systems at two medical facilities in Little Rock and North Little Rock, Arkansas. This RFP is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring verification through the Small Business Association’s VetCert. Offers must comply with federal regulations, including registration with the System For Award Management (SAM). The project encompasses site preparation, demolition, and installation in a manner that does not disrupt medical operations, with a total budget estimated between $2 million and $5 million. Prospective contractors must prepare a thorough proposal including technical competence, past performance references, and pricing. The evaluation criteria emphasize technical experience, past performance, and price, with the government seeking the "Best Value." Proposals must be submitted electronically by the specified deadline, with a site visit scheduled for potential bidders. The RFP delineates terms for compliance, bonding, wage rates, and affirmative action requirements, emphasizing the importance of methodology that ensures minimal impact on patient care during construction activities.
Feb 20, 2025, 3:06 PM UTC
The Department of Veterans Affairs is issuing a presolicitation notice for a project to repair or replace fire alarm systems at the Eugene J. Towbin VA Healthcare Center and the John L. McClellan Memorial Veterans Hospital in North Little Rock, Arkansas. This project, designated as RFP number 36C25625R0055, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to commence with proposals due around April 10, 2025. The contract will focus on upgrading the existing fire alarm systems by replacing the current Edwards system with an EST-4 Fire Alarm Control Panel. Key project elements include the installation of additional smoke detectors, ensuring minimal disruption in an occupied hospital, and adhering to strict safety and infection control measures. The estimated construction value ranges from $2 million to $5 million, with a performance period of 365 days following the notice to proceed. Interested parties must confirm SDVOSB status and compliance with eligibility requirements as specified in the presolicitation. Notably, this document serves as a pre-solicitation notice and not a formal solicitation, emphasizing the responsibility of contractors to check for updates via the SAM.gov website.
Apr 7, 2025, 4:05 PM UTC
The document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs, specifically for the Central Arkansas Veterans Healthcare System. This amendment serves to extend the deadline for offer submission from April 10, 2025, to April 21, 2025, at 4 PM CDT. In addition, it includes important modifications regarding the terms of acceptance, stating that offers providing less than 90 calendar days for government acceptance will be rejected. The amendment requires offerors to acknowledge receipt through specific channels prior to the new deadline. Attached to this amendment are supplementary documents, including responses to inquiries and additional requirements pertinent to the solicitation. Importantly, all other terms and conditions of the original solicitation remain unchanged, underscoring the focus on maintaining clarity and consistency in the proposal process.
Apr 7, 2025, 4:05 PM UTC
This document constitutes an amendment to a solicitation (36C25625R0055) for contractors regarding a project managed by the Department of Veterans Affairs at the Central AR Veterans Healthcare System. The amendment addresses the need for additional Requests for Information (RFIs) that should have been included with those attached to a previous amendment published on April 4, 2025. It notes that responses for certain RFIs will require input from the architects and engineers involved, thereby necessitating sufficient time for review. Consequently, an extension of the Request for Proposals (RFP) submission deadline will be announced. All other terms and conditions of the original procurement remain unchanged. Offerors are instructed to acknowledge this amendment in their proposal submissions.
The document addresses inquiries and responses related to RFP 36C25625R0055 concerning the repair and replacement of fire alarm systems at the North Little Rock and Little Rock VA campuses. Key topics include the requirements for a 30-day burn-in period after installation, inspection processes, and system configurations across both campuses. Contractors are required to complete the project within a specified 365-day period, and new cabling must be installed as indicated in the contract drawings. The response clarifies that detailed inspection reports linking devices to panels do not exist, and multiple roles for personnel must remain separate to maintain accountability. Additional key insights include guidelines on the documentation of past performance, project management requirements, and regulations regarding fiber connections between panels. Emphasis is placed on coordination between teams when working on fire panels, ensuring compliance with specifications, and adherence to government standards. This document plays a crucial role in guiding contractors on the expectations and requirements essential for fulfilling the contract effectively and efficiently.
The document outlines specific requirements for Request for Proposal (RFP) 36C25625R0055 regarding the repair and replacement of fire alarm systems for the Central Arkansas Veterans Health Care System (CAVHS). Key stipulations include extending warranties for Intrusion Detection Systems (IDS), ensuring full ownership rights of both fire alarm and IDS hardware and software by the VA, and providing comprehensive training for VA personnel on operation, maintenance, and programming of these systems. The training plan has been modified to include both simplified and detailed sessions for engineering staff, along with manufacturer-sponsored training courses for VA employees. Additionally, it addresses relocating the fire panel due to water damage and the connection of an existing fire cabinet to the VA fire alarm system. These requirements aim to ensure that VA employees can independently operate and maintain these critical safety systems, enhancing overall operational control and safety compliance.
The document addresses an upcoming federal Request for Proposals (RFP) aimed at soliciting bids for a program that seeks innovative solutions for enhancing community resilience against climate change. The RFP outlines funding opportunities for local governments, non-profits, and businesses to develop projects that bolster infrastructure, natural resources, and community awareness regarding climate-related challenges. Key components include eligibility criteria for applicants, funding ranges, and a detailed timeline for proposal submission and project execution. The program emphasizes collaboration among various stakeholders to implement sustainable practices and adaptive strategies that mitigate climate impacts. It underscores the importance of measurable outcomes and the necessity for applicants to demonstrate potential benefits to affected communities. Overall, the initiative reflects a proactive approach by the federal government to foster environmental sustainability and community-oriented resilience in face of growing climate threats.
The document outlines the Statement of Work for the Repair/Replacement of Fire Alarm Systems across two Central Arkansas Veterans Healthcare System campuses. The primary objective is to replace the existing Edwards fire alarm system with an EST-4, programmable Fire Alarm Control Panel, while ensuring minimal disruption to hospital operations. Key requirements include strict adherence to safety protocols, infection control measures, and security regulations for contractors and their employees. The project involves removing outdated equipment, installing smoke detectors in specific areas, and maintaining operations in an occupied hospital environment. Essential tasks entail the management of contractor parking and onsite storage, daily cleaning, and protection of existing structures. The project requires the contractor to obtain necessary permits and to comply with rigorous testing and documentation requirements throughout the construction process. The overall performance period is set for 365 days post-notice to proceed, with a contractor warranty of one year post-acceptance. This contract represents a significant commitment to ensuring the safety and compliance of fire alarm systems within VA medical facilities, reflecting the government's dedication to maintaining high standards of patient and staff safety.
Apr 7, 2025, 4:05 PM UTC
The Department of Veterans Affairs (VA) has issued a request for proposals (RFP) for the Repair and Replacement of Fire Alarm Services at the North Little Rock and John L. McClellan VA Medical Centers. The project, identified as VA Project No. 598-22-125, aims to replace existing fire alarm and intrusion detection systems within these facilities. Contractors are required to prepare sites, adhere to safety and security protocols, and coordinate work to minimize disruption to ongoing medical operations. Contractors must develop a project schedule using Critical Path Method (CPM) techniques, submit documentation for all changes, and facilitate the maintenance and operation of systems post-installation. Emphasis is placed on environmental controls, protection of existing structures, and compliance with VA standards and regulations throughout the construction process. The engagement underlines the VA’s commitment to ensuring the safety and reliability of its facilities for veteran care while maintaining operational integrity during construction.
Apr 7, 2025, 4:05 PM UTC
Apr 7, 2025, 4:05 PM UTC
The document outlines the Performance Relevancy Survey for the federal project 598-22-125, focused on repairing or replacing fire alarm systems at NLR/JLM facilities. It seeks detailed information from offerors regarding their past performance on relevant contracts. Respondents must specify their role (prime or subcontractor), contract numbers, and financial details, including original and final contract values. They are also required to describe the scope and magnitude of work performed and justify its relevance to the current solicitation. Key sections include assessing any liquidated damages experienced in the last three years and encouraging descriptions of problems encountered and corrective actions. The document emphasizes the importance of providing information that reflects the offeror's unique skills, awards, and experiences, contributing to their eligibility for future contracts. The overall aim is to evaluate the past performance of contractors pertinent to the upcoming fire alarm system upgrade project, ensuring selection of qualified entities.
Apr 7, 2025, 4:05 PM UTC
This document is a Past and Present Performance Questionnaire related to an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Contract solicitation by the United States Department of Veterans Affairs (VA), identified by solicitation number 36C25624R0117. Contractors are instructed to provide their information and send the form to their references for completion regarding their past performance. Reference contacts are asked to evaluate the contractor's performance using a scale from 1 (unsatisfactory) to 6 (neutral), considering various criteria such as personnel management, problem resolution, quality control, and overall project performance. The questionnaire aims to gather objective assessments to inform the decision-making process for awarding the contract, emphasizing the importance of both contractor capabilities and previous project outcomes. The responses, including any narratives for lower ratings, will contribute to the evaluation of the contractor's potential effectiveness on VA projects.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
VA Portland Fire Alarm Troubleshooting and Programming
Buyer not available
The Department of Veterans Affairs is seeking contractors for the VA Portland Fire Alarm Troubleshooting and Programming project, which involves ensuring the proper functioning of the fire alarm system at the VA Portland Health Care System. The contract, valued at approximately $25 million, requires certified technicians to perform troubleshooting, programming, and compliance testing of the fire alarm systems in Building 100, with a performance period from May 1, 2025, to June 30, 2025. This initiative is critical for maintaining safety standards within a healthcare environment, reflecting the VA's commitment to enhancing life safety systems in its facilities. Interested contractors must acknowledge amendments to the solicitation and submit their proposals by April 15, 2025, with further inquiries directed to Danielle Carrico at danielle.carrico@va.gov.
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.
N063-- NEW Installation of Fire Alarm Annunciator
Buyer not available
The Department of Veterans Affairs is soliciting quotes for the installation of a Fire Alarm Annunciator at the Roseburg VA Medical Center in Oregon. This procurement, designated under solicitation number 36C26025Q0348, requires the contractor to provide a firm-fixed-price contract for the installation of a fire alarm monitoring panel, ensuring compliance with the latest National Fire Protection Association (NFPA) codes and safety regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises, with a performance period from July 1, 2025, to June 30, 2026. Interested contractors must submit their proposals by May 1, 2025, and ensure their registration in the System for Award Management (SAM) is current, with the tentative solicitation issue date set for March 25, 2025. For further inquiries, contact Contract Specialist Robert B Weeks at robert.weeks@va.gov.
N063--Med Gas Master Alarm Panel Installation
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the installation of a Master Med Gas Alarm Panel at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas. The project involves providing and installing a fully functional alarm panel, including all necessary wiring, data cabling, and accessories, in compliance with relevant codes and standards. This installation is critical for ensuring the safety and functionality of the medical gas system within the facility. Interested vendors must submit their responses by April 11, 2025, including documentation of capabilities and estimated pricing, to Lakeisha White at lakeisha.white@va.gov. The Small Business Administration's size standard for the relevant NAICS code (238290) is set at $22 million.
J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the maintenance, repair, and upgrade of alarm, signal, and security detection systems at the VA SORCC in White City, Oregon. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide monitoring, technical support, and enhancements for existing security camera systems, ensuring compatibility with current infrastructure and advanced surveillance capabilities. The total estimated award amount is $25 million, with a contract period spanning from April 11, 2025, to April 10, 2030, including a base year and four option years. Interested contractors must submit their quotes via email to Subrina Cantil by April 15, 2025, and may direct inquiries until March 28, 2025.
Z1DA--Repair Fire Doors - Construction Project #565-25-101
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Repair Fire Doors project at the Fayetteville VA Medical Center in North Carolina. The project involves the repair and replacement of fire-rated doors in Buildings 1 and 3, adhering to VA specifications and infection control guidelines, with a focus on maintaining safety and minimizing disruption to medical facility operations. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $25,000 and $100,000. Interested contractors must attend a pre-bid walk-through on April 9, 2025, and submit their bids by April 30, 2025; for further inquiries, contact Contract Specialist Elaine B Belber at Elaine.Belber@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Code Blue Paging System
Buyer not available
The Department of Veterans Affairs is seeking proposals for the installation and maintenance of a Code Blue alphanumeric paging system for the Central Arkansas Veterans Healthcare System, specifically for the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin Healthcare Center in Little Rock and North Little Rock, Arkansas. The project requires the contractor to provide at least 2,000 standalone pagers, ensuring rapid communication via iOS applications, SMS, and email, with a strict performance standard of 99.9% availability and compliance with HIPAA regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested parties must be registered in the U.S. Small Business Administration’s Veteran Small Business Certification database and the System for Award Management (SAM). Quotes must be submitted by April 24, 2025, to the primary contact, Anthony Marion, at Anthony.Marion2@va.gov.
Pre-Solicitation Notice | Y1AA--598-23-106 B65 Structural Repairs-NLR
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the "Building 65 Structural Repairs" project at the Central Arkansas Veterans Healthcare System in North Little Rock, Arkansas. The project aims to address structural deficiencies in the basement of Building 65, requiring site preparation, demolition, and repairs to the reinforced concrete pan joist floor structure. This initiative underscores the commitment to utilizing veteran-owned businesses for federal construction projects, with an expected construction cost between $5,000,000 and $10,000,000. Interested contractors must register with VetCert and the System for Award Management (SAM), and the solicitation is anticipated to be issued as a Request for Proposals (RFP) on or about April 24, 2025, with a proposal submission deadline of April 18, 2025. For further inquiries, contact Victor McNair at victor.mcnair@va.gov or (479) 422-4803.
FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, necessitating careful preservation measures due to their significance. This initiative is crucial for enhancing the safety and security of the site while maintaining its cultural and historical integrity. Proposals are due by May 2, 2025, with a project budget estimated between $500,000 and $1,000,000, and interested contractors must be registered as Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934.