J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
ID: 36C25625Q0217Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a Firm-Fixed Price contract with a base period from March 14, 2025, to September 30, 2025, along with four optional one-year extensions. The services required are critical for ensuring compliance with safety standards and protecting the well-being of veterans and staff within the facility. Interested contractors must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and should direct any inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.

    Point(s) of Contact
    Tiffany BurksContract Specialist
    (601) 206-6945
    tiffany.burks@va.gov
    Files
    Title
    Posted
    The document outlines the solicitation for Fire Alarm and Sprinkler System Maintenance Testing and Inspection at the Michael E. DeBakey VA Medical Center, issued by the Department of Veterans Affairs (VA). This Request for Quote (RFQ) is set aside exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and is identified by solicitation number 36C25625Q0217. The procurement includes a Firm-Fixed Price contract with an initial base period and four optional one-year extensions. Responses to the RFQ are due by February 28, 2025, at 11:59 PM Central Time, with quotes submitted via email to the specified contact, Tiffany Burks. The required documentation for submission includes a technical volume and a price volume, along with relevant forms regarding contractor experience and compliance. Selection will be based on the Lowest Priced Technically Acceptable (LPTA) approach, requiring firms to be registered in the System for Award Management (SAM) and certified in the SBA Veteran Small Business Certification database. The solicitation reflects the VA's commitment to ensuring safety in its facilities through proper maintenance of fire suppression systems while fostering opportunities for veteran-owned businesses.
    The document is an amendment to a federal solicitation regarding the maintenance testing and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. It primarily serves to extend the submission deadline for offers to March 5, 2025, at 11:59 PM Central Time. A site visit is scheduled for February 20, 2025, with RSVPs required by contacting the contract specialist, Tiffany Burks. Any questions or proposed alterations to the Performance Work Statement must be submitted in writing by February 21, 2025. The document denotes that the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and outlines the agency’s contact details and solicitation specifics. The amendment emphasizes the importance of adhering to the new timeline and proper communication methods with the Contracting Officer. Overall, this amendment clarifies key dates and procedural requirements for interested bidders in this federal procurement process.
    The document outlines the compliance requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when submitting bids for federal contracts, specifically adhering to the limitations on subcontracting mandated by 38 U.S.C. 8127. Contractors may not allocate more than 50% of contract payments for services, 85% for general construction, and 75% for special trade construction to firms that are not certified SDVOSBs or VOSBs, with further details on what work counts towards these limits. The certification process entails acknowledgment of potential penalties for false claims, obligations for documentation to demonstrate compliance, and required cooperation with the VA. Non-compliance may result in actions such as referral for suspension or debarment. The document mandates that contractors complete and submit a formal certification with their proposals to be considered for contract awards, reinforcing the significance of compliance within federal contracting processes prioritizing veteran-owned enterprises.
    The file is a Wage Determination from the U.S. Department of Labor outlining employee wage rates under the Service Contract Act (SCA), specifically for contracts in Texas. Effective from July 22, 2024, it details wage requirements influenced by Executive Orders 14026 and 13658—mandating minimum hourly wages based on assignment dates. For contracts post-January 30, 2022, wages must be at least $17.20, while those awarded between 2015 and January 29, 2022, must pay at least $12.90, or the determined higher rate. Fringe benefits, including health and welfare contributions, vacation, and sick leave, are specified. Additionally, the document outlines processes for workers not classified in existing listings, requiring a Conformance Request to establish appropriate wage rates. It reflects the government's commitment to worker compensation standards in contracts, ensuring fair remuneration in various job classifications across multiple occupational sectors. The document serves as a crucial resource for contractors and agencies to comply with wage and benefit requirements while executing federal contracts, emphasizing workers' rights and protections under the law.
    The document outlines the compliance requirements for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under the Veterans Affairs Acquisition Regulation (VAAR) 852.219-75. It mandates that, if awarded a contract, the offeror must not subcontract more than 50% of the contract value to firms not listed as VIP-listed SDVOSBs or VOSBs. This regulation aims to support veteran-owned businesses while enforcing compliance with legal obligations. The offeror acknowledges that providing false information may lead to criminal or civil penalties and that non-compliance can result in disciplinary actions, including referral for suspension or fines. Evidence of compliance may be requested by the VA, which includes invoices and subcontract documentation. The offeror must complete and submit a certification of compliance with their bid; failure to do so will make their proposal ineligible for consideration. This certification emphasizes the need for transparency and accountability in government contracting, particularly in relation to veteran business participation. The document reflects the government’s commitment to supporting veteran entrepreneurship and ensuring adherence to established guidelines in federal contracting.
    The document outlines the Relevant Experience Form required for contractors responding to a federal Request for Proposal (RFP). Contractors must detail their contracts from the past five years, emphasizing current and recent projects. Each entry should include customer information, contract value, term dates, effective date, status (ongoing or completed), and a detailed scope of work performed. This structured format is designed to assess a contractor’s relevant experience and qualifications in relation to the requirements set forth in the RFP. The document emphasizes consistent data recording, ensuring potential clients can evaluate contractors based on their past performance and expertise. The use of chronological order reinforces the importance of recent experience in government projects.
    The Department of Veterans Affairs (VA) is soliciting proposals for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. This combined synopsis/solicitation is aimed specifically at Service-Disabled Veteran Owned Small Businesses (SDVOSB) and will result in a Firm-Fixed Price contract, covering a base period from March 14, 2025, to September 30, 2025, with four additional one-year options available. Required services include comprehensive inspections, repairs, and maintenance in compliance with National Fire Protection Association (NFPA) standards. Contractors must provide fully licensed personnel and maintain thorough documentation of all inspections and repairs. Proposals are due by February 28, 2025, with response guidelines emphasizing a two-volume submission - one for technical details and another for pricing. Evaluation will be based on the Lowest Priced Technically Acceptable method. The solicitation highlights essential preventative maintenance and the importance of timely resolution of deficiencies to ensure safety for veterans and staff within the medical facility.
    The Department of Veterans Affairs (VA) seeks contractor services for the maintenance and repair of fire alarm and fire suppression systems at the Michael E. DeBakey VA Medical Center in Houston, TX. The scope includes quarterly, semi-annual, and annual inspections, tests, calibrations, and repairs to ensure compliance with established safety standards like NFPA and OSHA. Contractors must be qualified and licensed, with personnel trained in safety and VA information security protocols. Inspections must meet strict timelines, and any deficiencies must be documented and rectified promptly. Work will be conducted under a Firm Fixed-Price (FFP) Contract, with provisions for additional repair needs. The period of performance includes a base year and four optional one-year renewals. The contractor must maintain inventory of spare parts, ensure professional conduct on-site, and follow measures to prevent contamination or safety hazards. Additionally, a rigorous Quality Assurance Surveillance Plan (QASP) will oversee and evaluate contractor performance against the outlined requirements. The emphasis is on timely response to emergencies and adherence to safety and regulatory standards, reflecting the VA's commitment to protecting staff and patients effectively.
    This government document serves as an amendment to solicitation 36C25625Q0217, issued by the Department of Veterans Affairs' Network Contracting Office 16. The purpose of the amendment is to address questions from potential bidders regarding a project related to fire safety system inspections, maintenance, and repairs. Key changes include revised language in the solicitation, the posting of questions and answers to clarify requirements, a request for acknowledgment from bidders regarding the amendment, and the requirement to submit certain documents with their quotes. The document outlines various details about the scope of work, including inspections and maintenance schedules for fire alarm systems, fire doors, sprinklers, and other fire safety equipment, emphasizing that different contractors should manage inspections versus maintenance. Additionally, it specifies that certain tasks must be performed outside normal business hours, and it confirms that materials required for inspections will be provided by the contractor. Overall, the amendment seeks to ensure clarity for bidders and promote compliance with project requirements, thereby enhancing fire safety measures within the VA facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    R426--Vocera Support System Administrator (VA-25-00014081)
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to serve as a Vocera Support System Administrator for the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor will be responsible for managing daily operations of the Vocera communication system, including user management, device maintenance, software updates, and user training, while ensuring compliance with federal laws regarding data confidentiality and security. This contract is crucial for maintaining effective communication within the healthcare setting, particularly for emergency communications that impact patient care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 11, 2025, with a contract performance period from March 20, 2025, to March 19, 2026. For further inquiries, contact Lekeicia Anderson at Lekeicia.Anderson@va.gov or call 713-791-1414.
    H312--Fire and Smoke Damper Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire and smoke damper inspection services at the Malcolm Randall VA Medical Center in Gainesville, Florida, under solicitation number 36C24825Q0435. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with Joint Commission standards and National Fire Protection Agency guidelines for inspecting, exercising, and documenting fire and smoke dampers. This initiative is crucial for maintaining safety and compliance within VA facilities, ensuring that fire control equipment is regularly inspected and functioning properly. Interested contractors must submit their quotes by March 14, 2025, and are encouraged to contact Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or 352-214-5135 for further inquiries.
    CTX Building 202 Cooling Tower Media Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cooling tower media at Building 202 of the Central Texas Veterans Health Care System in Temple, Texas. This project, identified by solicitation number 36C25725Q0336, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to manage all aspects of the project, including labor, materials, and compliance with federal, state, and local regulations. The total award amount for this federal contract is $19 million, with a performance period of 120 days from the award date, and proposals must be submitted via email to Contract Specialist Taminie Panich by March 13, 2025, at 11:00 AM Central Time. Interested bidders are encouraged to submit technical questions by March 7, 2025, and must ensure active registration in the System for Award Management and certification by the Small Business Administration in Veteran Small Business Certification.
    H912--238220 | Fire and Smoke Barrier Inspections and Repairs | Lebanon VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking bids for fire and smoke barrier inspections and repairs at the Lebanon VA Medical Center, as outlined in solicitation number 36C24425Q0331. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on conducting regular quarterly inspections and necessary repairs of fire barrier systems across multiple buildings, ensuring compliance with fire safety standards. This procurement is vital for maintaining the safety and integrity of fire stoppage measures within the medical center, thereby protecting facility operations and regulatory compliance. Interested contractors must submit their proposals by 3 PM Eastern Time on March 18, 2025, and can contact Contract Specialist Eric Christy via email for further information.
    H312--Fire and Smoke Dampers Re-Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the re-inspection of fire and smoke dampers at the C.W. Bill Young Veterans Medical Center (CWBYVAMC) located in Bay Pines, Florida. The primary objective of this procurement is to ensure compliance with safety standards for fire and smoke control systems, thereby enhancing the operational safety and regulatory adherence of the facility. This project is particularly significant as it supports the VA's commitment to maintaining secure environments for its facilities, with a focus on service-disabled veteran-owned small businesses (SDVOSB). Interested vendors must submit their proposals by March 21, 2025, with inquiries directed to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
    4210--Fire Extinguishers
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of fire extinguishers under solicitation number 36C24W25Q0072, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to acquire 88 fire extinguishers, including various models such as 5lb ABC, 10lb CO2, and Halotron I, ensuring compliance with safety and quality standards for VA facilities. This procurement is critical for maintaining fire safety equipment within the Eastern Oklahoma Veterans Affairs Healthcare System in Muskogee, Oklahoma. Interested contractors must submit their proposals by March 4, 2025, with delivery scheduled for July 7, 2025; inquiries can be directed to Contract Specialist Augustine Alford at Augustine.Alford@va.gov or by phone at 951-266-9822.
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with an estimated project value between $25,000 and $100,000. The procurement requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for extensive roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. This project is critical for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by February 28, 2025, and are encouraged to contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further information.