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.