1290--Fire Extinguisher Annual Inspection/6yr. Maintenance Service For Veterans Affairs Pacific Island Health Care System
ID: 36C26126Q0295Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)
Timeline
    Description

    The Department of Veterans Affairs, through Network Contracting Office 21, is seeking proposals for fire extinguisher annual inspection and six-year maintenance services for the Veterans Affairs Pacific Islands Health Care System. This procurement is a 100% small business set-aside under NAICS code 811310, which pertains to Commercial and Industrial Machinery and Equipment Repair and Maintenance, with a small business size standard of $12.5 million. The services are crucial for ensuring the safety and compliance of fire control equipment within the healthcare system. Interested vendors should monitor sam.gov for the forthcoming solicitation, which is expected to be released soon, with a response deadline set for January 9, 2026, at 10 AM Pacific Time. For further inquiries, vendors may contact Contracting Officer Lydia Anderson at Lydia.anderson@va.gov.

    Point(s) of Contact
    Lydia E AndersonContract Specialist
    Lydia.Anderson@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 21, has issued a presolicitation notice for fire extinguisher annual inspection and 6-year maintenance services for the Veterans Affairs Pacific Island Health Care System. The solicitation, numbered 36C26126Q0295, is expected to be released on sam.gov and will be a 100% small business set-aside under NAICS code 811310 with a $12.5 million size standard. The response date is January 9, 2026, at 10 AM Pacific Time. Interested vendors should monitor sam.gov for the solicitation and any amendments. The place of performance is Hawaii.
    This document, Wage Determination No. 2015-5689 Revision No. 26, issued by the U.S. Department of Labor, details the minimum wage rates and fringe benefits for service contract employees in American Samoa, Hawaii, and Johnston Island, effective July 8, 2025. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document lists numerous occupation-specific wage rates across various categories, including administrative, automotive, health, and technical roles. It also outlines fringe benefits such as health and welfare (with specific rates for Hawaii, including those under EO 13706 for paid sick leave), vacation, and eleven paid holidays. Special conditions for computer employees, air traffic controllers, weather observers (night/Sunday pay), hazardous duty, and uniform allowances are detailed. A conformance process is provided for unlisted occupations, ensuring fair compensation. This wage determination ensures compliance with federal labor laws for government service contracts in the specified regions.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating the performance of a contractor providing annual inspection and 6-year maintenance services for 164 fire extinguishers at various Department of Veterans Affairs (VA) Pacific Islands Health Care System (VAPICS) locations in Honolulu and Kaneohe, Hawaii. The QASP details what will be monitored, how, by whom, and how results will be documented. It emphasizes that the contractor is responsible for quality control, while the Government ensures objective evaluation. Key government roles include the Contracting Officer (CO) and the Contracting Officer's Representative (COR), who oversee surveillance activities. Performance standards are defined with an Acceptable Quality Level (AQL) of 95%, monitored through COR direct observation and 100% surveillance. Incentives include favorable performance evaluations, while disincentives involve unfavorable evaluations. Performance is rated as positive, neutral, or negative based on incidents of not meeting standards, with specific protocols for documenting acceptable and unacceptable performance, including Contract Discrepancy Reports (CDRs) for corrective actions. The COR will meet monthly with the contractor to assess performance.
    This government solicitation, 36C26126Q0295, issued by the Department of Veterans Affairs, Network Contracting Office 21, is for portable fire extinguisher annual inspection and 6-year maintenance services at the VA Pacific Islands Health Care Systems (VA PIHCS) on the Island of Oahu. The contract includes a base period (January 22, 2026 – January 21, 2027) and four one-year option periods. Services must comply with NFPA 10, OSHA, VHA, and Joint Commission standards, including annual inspections, 6-year maintenance, and 12-year hydrostatic testing. The contractor must provide all labor, materials, and equipment, including temporary replacement extinguishers, and submit detailed service reports. The solicitation specifies set-aside for small businesses, with a NAICS code of 811310 and a size standard of $12.5 million. Offerors must adhere to submission instructions by January 9, 2026, and submit all questions by January 5, 2026.
    Similar Opportunities
    Kitchen Hood Fire Sup System 12-Yr Maintenance & Hydro Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a contract to provide 12-year maintenance and hydrostatic testing of kitchen hood fire suppression systems at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561210, which encompasses Facilities Support Services, and requires compliance with NFPA 17A (2024) and Oregon fire code. The contractor will be responsible for performing services after hours, providing all necessary tools and certified personnel, and submitting detailed documentation of services within 7 to 10 days of completion. Interested parties should contact Craig L. Brown at Craig.Brown7@va.gov or by phone at 360-696-4061, with the contract period beginning January 20, 2026, and ending January 19, 2027.
    J045--Boiler Safety Device Testing/Inspection Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Boiler Safety Device Testing and Inspection Services under solicitation number 36C25626Q0276, which is set aside for small businesses. The contractor will be responsible for semi-annual testing, inspection, and calibration of safety devices on six high-pressure steam boilers, as well as two deaerator and two condensate tanks at the Central Arkansas Veterans Healthcare System, adhering to the VHA Boiler Plant Safety Device Testing Manual standards. This procurement is crucial for ensuring the safety and operational efficiency of the facility's boiler systems. Quotes are due by January 23, 2026, at 8:00 AM Central Time, and all questions must be submitted by January 12, 2026. Interested parties can contact Contracting Officer Arlene A. Blade at arlene.blade@va.gov or (318) 466-4281 for further information.
    Z1DA--658-26-123 REPLACE FIRE PUMP CONTROLLER
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide construction services for the replacement of a fire pump controller at the Salem VA Medical Center in Virginia. This project, identified as 658-26-123, falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors, and is categorized under the Product Service Code Z1DA for Maintenance of Hospitals and Infirmaries. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with only one award anticipated, and is expected to be released around December 19, 2025. Interested parties must register on www.sam.gov and maintain an active System for Award Management (SAM) registration to respond, with a response deadline set for January 9, 2026, at 5:30 PM Eastern Time. For further inquiries, contact Contracting Officer Daniel Spaulding at daniel.spaulding@va.gov or by phone at 757-722-9961 x87144.
    J061--PM DIESEL GENERATORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance and emergency services for diesel generators at the VA San Diego Healthcare System. This contract, designated under NAICS code 811310, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base period from February 2, 2026, to February 1, 2027, with four optional one-year extensions, potentially extending the total duration to five years. The services are critical for ensuring the operational reliability of power distribution equipment, which is vital for healthcare facilities. Interested vendors must submit their offers by January 12, 2026, at 1:00 PM MST, and are encouraged to register for a mandatory pre-proposal site visit scheduled for December 29, 2025. For further inquiries, vendors can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is crucial for ensuring the reliability and safety of the electrical distribution system, which is vital for the operation of the medical facility. Interested parties must submit their proposals by the extended deadline of January 8, 2026, at 10:00 AM PST, and should direct inquiries to Contract Specialist Alan C Perez at alan.perez@va.gov.
    Electrical Distribution System Condition Assessment/ARC Flash
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an Electrical Distribution System Condition Assessment and Arc Flash Study at the Honolulu Veterans Affairs Medical Center (VAMC) in Hawaii. The objective of this procurement is to enhance the safety and reliability of the electrical systems, ensuring compliance with relevant standards such as NFPA 70E and VHA Directive 1028, while also updating electrical documentation and evaluating existing equipment. This project is critical for maintaining operational readiness and safety in a healthcare environment, as it addresses potential arc flash hazards and ensures proper coordination of electrical components. Interested Service-Disabled Veteran-Owned Small Businesses must submit their responses by January 6, 2026, at 15:00 PST to Victoria Torres at victoria.torres@va.gov, with any questions due by December 9, 2025.
    Annual Inspection, Weight Testing, Maintenance, & Certification for (facility wide) Guldmann & Amico Patient Overhead Ceiling Lift System, Gulf Coast Veterans Health Care System, Engineering Service, 400 Veterans Avenue, Biloxi, MS 39531
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide annual inspection, weight testing, maintenance, and certification for the Guldmann & Amico Patient Overhead Ceiling Lift Systems at the Gulf Coast Veterans Health Care System in Biloxi, Mississippi. The procurement includes a base year from February 1, 2026, to September 30, 2026, with four additional option years, and services must be performed during normal business hours across multiple locations within the facility. These services are critical for ensuring the safety and operational efficiency of patient handling equipment, adhering to OEM standards and various regulatory requirements. Interested parties should contact C. Robert Oravetz at christopher.oravetz@va.gov, with offers due by 15:00 EST on January 15, 2026, as outlined in Solicitation Number 36C25626Q0277.
    J043--Quarterly Compressor Maintenance for VA Palo Alto Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide quarterly compressor maintenance services for the VA Palo Alto Health Care System (VAPAHCS), which includes facilities in Palo Alto, Menlo Park, and Livermore, California. The contract encompasses a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods, and requires comprehensive services such as inspection, testing, maintenance, and repair of various air and vacuum systems in compliance with manufacturer specifications and relevant safety codes. This maintenance is critical for ensuring the operational efficiency and safety of medical, dental, and laboratory equipment, thereby supporting the healthcare services provided to veterans. Interested parties should contact Contract Specialist Tim Smith at Timothy.smith9de3@va.gov or call 916-923-4517 for further details regarding the solicitation (36C26126Q0246) and to ensure compliance with the total small business set-aside requirements.
    J065--Dexis Panos Imaging Systems Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) including software support at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is soliciting bids for preventative maintenance inspection (PMI) and corrective maintenance (CM) services for seven government-owned Dexis Panos imaging systems at the Greater Los Angeles VA Healthcare System and its associated clinics. The contract, which is a 100% Small Business set-aside, requires the contractor to provide all necessary labor, materials, parts, software, and travel expenses at no additional cost to the government, ensuring compliance with manufacturer instructions and regulatory standards. This firm-fixed-price contract spans a base year plus four option years, with an estimated performance period from February 1, 2026, to January 31, 2031, and quotes are due by January 5, 2026, at 4:00 PM Pacific Time. Interested parties should contact Contract Specialist Loan Dho at loan.dho@va.gov for further information.
    Fire Alarm Testing and Certifications
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for fire alarm testing and certification services at the Jack C. Montgomery VA Medical Center in Muskogee, Oklahoma. This procurement involves a base contract with four optional years for comprehensive inspection, testing, and repair of fire alarm and suppression systems across 17 buildings and 13 elevators, requiring contractors to employ at least three NICET Level 2 certified technicians, preferably with Honeywell Gamewell system certification. These services are critical for ensuring compliance with NFPA standards and Joint Commission requirements, thereby maintaining safety and security protocols within the facility. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact Jeffery K Eller at Jeffery.Eller@va.gov or call 918-577-3282 for further details regarding the solicitation.