N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
ID: 36C25625R0055Type: Presolicitation
AwardedSep 5, 2025
$4.3M$4,280,474
AwardeeVENERGY GROUP LLC FORT PIERCE 34951 FLK
Award #:36C25625C0037
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)

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 (SDVOSBs) for the repair and replacement of fire alarm systems at the Central Arkansas Veterans Healthcare System campuses in North Little Rock and Little Rock, Arkansas. The project, identified as N063--598-22-125, involves replacing the existing Edwards fire alarm system with an EST-4 programmable Fire Alarm Control Panel, ensuring minimal disruption to hospital operations while adhering to strict safety and security protocols. This procurement is crucial for maintaining high standards of patient and staff safety within VA medical facilities, with a contract value estimated between $2 million and $5 million. Interested offerors must submit their proposals by April 30, 2025, and can direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov.

    Point(s) of Contact
    Julius JonesContract Specialist
    (501) 918-1200
    Julius.Jones@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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 outlines an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically the Central AR Veterans Healthcare System, regarding project number 36C25625R0055. The primary purpose of the amendment is to extend the due date for proposal submissions from April 21, 2025, to April 30, 2025, at 4 PM CDT. It also indicates that additional Requests for Information (RFIs), which should have been included in Amendment 0001, are provided in an attached document. All other terms and conditions of the original solicitation remain unchanged. Offerors are instructed to acknowledge receipt of this amendment with their proposal submission to ensure compliance with the updated requirements. This extension reflects the ongoing efforts to facilitate stakeholder participation and provide necessary clarifications, demonstrating the document's role in enhancing the transparency and accessibility of federal contracting opportunities.
    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 responses to requests for information (RFIs) regarding the Repair/Replace Fire Alarm Systems project for the North Little Rock (NLR) and Little Rock (JLM) campuses. It primarily addresses the integration of new EST-4 fire alarm systems with existing infrastructure and specifies requirements for equipment and personnel. Key points include the replacement of existing EST-4 panels, the need for factory programming certification for eight VA electronic technologies employees for both the fire alarm and intrusion detection systems, and the reuse of the current fiber network. Several technical clarifications are provided, such as the continuous operation of the emergency alert system and the specifications for smoke and carbon monoxide detectors in patient bedrooms. Additionally, the document asserts that alarms must link to the police department's existing communication systems. Emphasizing performance-based outcomes, responses direct contractors to ensure compatibility and operational integrity of security systems during installation and upgrades. Through these measures, the project maintains compliance with VA standards while enhancing safety and operational efficiency across both campuses.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Veterans Affairs, Department Of
    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--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    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.
    Amendment 0001 | Y1NZ--598-23-107 Med Gas Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the correction of medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This project, designated as Project 598-23-107, involves comprehensive construction work including leak repairs, installation of new fittings, and upgrades to electrical and plumbing systems, with a performance period of 240 calendar days following the issuance of the Notice to Proceed. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated value between $2 million and $5 million, and proposals are due by January 23, 2026. Interested contractors should contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details and must ensure they are registered in the System for Award Management (SAM) and verified as SDVOSB eligible.
    Z1DA--550-23-102 Upgrade Fire Protection - Multiple Buildings - CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the project titled "Upgrade Fire Protection and Emergency Notification - Multiple Buildings" at the VA Illiana Healthcare System in Danville, IL. This project involves the installation of new, integrated fire alarm and voice evacuation systems across several buildings, including the replacement of existing fire alarm control panels, detectors, and associated wiring to ensure compliance with NFPA standards. The upgraded systems are crucial for enhancing safety protocols within the healthcare environment, ensuring effective emergency notifications and fire protection for occupants. Interested contractors should contact Contract Specialist Juan C Gaytan at Juan.Gaytan@va.gov for further details, with the project being categorized under NAICS code 236220 and PSC code Z1DA.
    C1DA--AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the AE Upgrade Fire Alarm Systems project at the Chillicothe VA Medical Center in Ohio. The objective of this procurement is to modernize the existing fire alarm system across 37 buildings, ensuring compliance with NFPA standards and enhancing safety protocols. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated construction cost between $500,000 and $1,000,000, and a performance period of 300 calendar days. Interested firms must submit their qualifications via SF330 packages by December 19, 2025, at 10:00 AM Eastern Time, to Contract Specialist Matthew Curtis at matthew.curtis1@va.gov.
    Repair Fire Alarm | Wilkes-Barre VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to perform repair services on the fire alarm system at the Wilkes-Barre Veterans Affairs Medical Center (VAMC) in Pennsylvania. This procurement is aimed at ensuring the functionality and safety of fire control equipment, which is critical for maintaining a secure environment for veterans and staff. The opportunity is part of a limited sources justification process, and interested parties can reach out to Nicholas Guzenski at nicholas.guzenski@va.gov or by phone at 570-824-3521 x24886 for further details. The notice is posted in compliance with FAR 5.301(a)(2)(i), and additional information can be found in the attached Limited Sources Justification document.