R425--Fire Extinguisher Inspections & Maint
ID: 36C26225Q0995Type: Solicitation
AwardedSep 9, 2025
$65.6K$65,562
AwardeeALPINE FIRE SAFETY SYSTEMS INC EL PRADO 87529
Award #:36C26225C0317
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for fire extinguisher inspection and maintenance services, with a total expected contract value of $19.5 million. The procurement includes essential services such as monthly and annual inspections, internal examinations, hydro-testing, recharging, and supply of fire extinguishers, aimed at ensuring safety and compliance with federal regulations. This opportunity is particularly significant as it is set aside for small businesses, including service-disabled veteran-owned businesses, promoting their participation in government contracts. Interested vendors must submit their offers by July 17, 2025, and direct inquiries to Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV.

    Point(s) of Contact
    Jessica BrooksContract Specialist
    JESSICA.BROOKS3@VA.GOV
    Files
    Title
    Posted
    The document details a solicitation by the Department of Veterans Affairs for fire extinguisher inspection and maintenance services. The contract, with a total expected value of $19.5 million, is designated for small business set-asides, encouraging participation from service-disabled veteran-owned businesses among others. The solicitation outlines the timeline for submissions, noting that offers are due by July 17, 2025, and inquiries must be submitted by July 14, 2025. It specifies the services needed, including monthly and annual inspections, internal examinations, hydro-testing, recharging, and supply of fire extinguishers, with estimated contract periods ranging from September 2025 to September 2030. The document also incorporates various legal and administrative stipulations, such as insulation of terms, invoicing requirements, and compliance with federal regulations related to contracting. This solicitation exemplifies the federal government's push to ensure that critical services, particularly involving safety and health, meet rigorous standards while promoting small and veteran-owned businesses in contract opportunities for government work.
    This presolicitation notice pertains to the requirement for fire extinguisher inspections and maintenance services for the Department of Veterans Affairs. The solicitation number is 36C26225Q0995, with responses due by July 11, 2025, at 14:00 Mountain Time. The contracting office is based in Phoenix, Arizona, with the place of performance located at the VA San Diego Healthcare System. This procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) and falls under the Product Service Code R425 and NAICS Code 541990. The main contact for this solicitation is Contract Specialist Jessica Brooks, who can be reached via email or at the provided phone number. The notice underscores the importance of professional inspection and maintenance services to ensure fire safety compliance within VA facilities.
    The document outlines vendor information required for federal government contracts, particularly concerning RFPs and grants. It includes essential details such as the requestor’s identity, service descriptions, vendor contact information, tax identification, and business status. The form emphasizes the need for existing contract verification, payment address, and 1099 vendor status. Additionally, it categorizes the business type and socioeconomic group, checking for qualifications like small business status and veteran ownership. The document mandates registration with the Central Contractor Registration (CCR) and requires vendors to ensure compliance with federal regulations by verifying their status through specified websites. Overall, it serves as a comprehensive guide for registering and maintaining vendor qualifications to do business with the government, highlighting the importance of meeting regulatory requirements for potential contractors.
    The VA-FSC Vendor File Request Form facilitates the establishment or update of vendor records for transactions within the Department of Veterans Affairs. This form collects essential details regarding the VA facility, vendor type, and financial information to ensure accurate processing of payments. Necessary sections include information about the payee/vendor type (e.g., commercial, employee, veteran, etc.), an authorized representative's details, and Electronic Funds Transfer (EFT) banking information. To comply with federal regulations, the form mandates registration with SAM.gov and includes requirements such as a Unique Entity Identifier (UEI) and taxpayer identification numbers (SSN/TIN). The form outlines miscellaneous actions related to purchasing scenarios, such as assignments of claims or bill collections. It provides instructions for both new and returning vendors and emphasizes the importance of accurate information submission to avoid payment delays. The document's strict adherence to privacy regulations ensures that the Treasury Department can efficiently transmit data via the Automated Clearing House Payment System. Overall, the form serves a critical function in managing vendor relationships and financial transactions within the VA system.
    The document is a Form W-9, used by U.S. persons to provide their taxpayer identification number (TIN) to the requester, typically for tax reporting purposes. Individuals, corporations, partnerships, and various entities must complete this form to certify that their TIN is accurate and to declare whether they are subject to backup withholding. Key sections include the applicant's name, address, and TIN, as well as several certifications relating to backup withholding and exempt status. The instructions clarify who qualifies as a U.S. person and outline the consequences of failing to provide a correct TIN, including a penalty for each instance of non-compliance. For those without a TIN, the form allows the use of “Applied For” while reminding users of the necessity of obtaining a TIN to avoid backup withholding at a rate of 28% on certain payments. Moreover, certain entities, such as tax-exempt organizations and government agencies, may be exempt from backup withholding. The document highlights privacy considerations and the importance of safeguarding one's TIN to prevent identity theft. Overall, Form W-9 serves as a critical tool for compliance with federal IRS regulations and proper tax reporting, especially pertinent in the contexts of federal grants and contractual agreements involving federal or local governments.
    Similar Opportunities
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    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.
    H312--586-26-1-523-0001 Fire and Life Safety Survey
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Fire and Life Safety Survey Services at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. The contractor will be responsible for evaluating compliance with the 2024 Edition of NFPA 101, Life Safety Code, and other relevant codes, which includes conducting visual inspections, verifying hazardous rooms and egress, and performing a 20% random survey of fire barriers above ceilings. This procurement is crucial for ensuring the safety and compliance of the facility's fire and life safety systems. Interested small businesses must submit their proposals by December 18, 2025, at 11 AM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    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.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    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.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.