Awarded ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)

J063--NTX Fire Alarm/Sprinkler Systems PM Services

DEPARTMENT OF VETERANS AFFAIRS 36C25725Q0116
Total Obligated
$4,651,000
SAM.gov
Current Recipient
Veterans Fire and Life Safety Corporation SAINT PETERS 63376
Mar 6, 2025
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for fire alarm and sprinkler systems preventive maintenance services across multiple facilities in Texas. The procurement aims to ensure compliance with safety standards through regular inspections, testing, and necessary repairs of life safety systems, with a contract duration comprising a base year and four option years. This initiative underscores the VA's commitment to maintaining safe environments for veterans while supporting veteran-owned businesses. Interested contractors should submit their proposals by January 31, 2025, with a total estimated contract value of $25 million. For inquiries, contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or 254-899-6034.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J063
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

22 Files
S02 RFQ 36C25725Q0116.docx
Word286 KBMar 7, 2025
AI Summary
The document outlines a federal Request for Proposal (RFP) from the Department of Veterans Affairs for comprehensive life safety fire alarm system and sprinkler suppression systems maintenance and repair across multiple campuses in Texas. The contract aims to ensure adherence to safety standards through inspection, testing, and necessary modifications. Services include quarterly, semi-annual, and annual inspections, as well as emergency repairs with detailed documentation of work performed. The contract spans a base year plus four option years, emphasizing compliance with the National Fire Protection Association (NFPA) standards and requiring all personnel to be appropriately licensed and trained. The contractor must coordinate work with the Contracting Officer Representative (COR) while maintaining stringent quality control measures. Key requirements include maintenance scheduling, timely reporting of deficiencies, and keeping comprehensive records of inspections and repairs. The document presents various performance expectations, including emergency response times and qualifications needed for personnel. By addressing these safety and compliance needs, the VA demonstrates its commitment to providing safe environments in facilities that serve veterans. The total value of this acquisition is estimated at $25 million.
36C25725Q0116_2.docx
Word14 KBMar 7, 2025
AI Summary
The Combined Synopsis/Solicitation Notice issued by the Department of Veterans Affairs outlines the procurement process for fire alarm and sprinkler system preventive maintenance services at multiple locations for the Central Texas Veterans Health Care System. The solicitation number is 36C25725Q0116, with a response deadline of January 7, 2025, at 4 PM Central Time. The contract is designed for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), comprising a base year plus four option years. Accompanying documents address various requirements, such as records management, safety plans, and wage determination related to the Service Contract Act. The point of contact for inquiries is Contract Specialist Sherine Brooks, reachable via email. This solicitation underscores the VA's ongoing commitment to maintaining facility safety and compliance through appropriate contractor partnerships while supporting veteran-owned businesses.
Dallas VAMC-Other Inspections_.pdf
PDF66658 KBMar 7, 2025
AI Summary
The Fire Alarm & Detection Equipment Test Report for various buildings, conducted annually per NFPA 72 standards, reveals numerous operational issues and deficiencies with both alarm systems and sprinkler systems across multiple locations. Key concerns include malfunctioning smoke detectors, tamper switches that do not report to the Fire Alarm Control Panel (FACP), and outdated gauges, with several systems tagged for corrective action. Reports emphasize the need for immediate repairs, such as replacing tamper switches and valves, and ensuring all devices meet operational standards for safety compliance.
Statement of Work_Fire Alarm Sprinkler System - Draft.docx
Word74 KBNov 19, 2024
AI Summary
The Statement of Work for the NTX Fire Alarm/Sprinkler Systems PM Services contract outlines the need for comprehensive maintenance, repair, and inspection of fire alarm and sprinkler systems at several campuses in North Texas. The contract covers a base year plus four option years, commencing January 29, 2025. Responsibilities include identifying and correcting deficiencies, performing regular inspections, and ensuring compliance with NFPA standards and VA regulations. The contractor is required to coordinate closely with the Contracting Officer Representative (COR) and has specific timelines for repairs, including emergency and non-emergency conditions. Documentation must be meticulous, including service tickets and inspection reports, while licensed personnel must conduct all work. The document emphasizes safety, compliance, and timely responses to any system impairments. Overall, this contract represents an essential commitment to maintaining life safety systems in VA facilities.
36C25725Q0116.docx
Word19 KBNov 19, 2024
AI Summary
The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for procurement related to North Texas Fire Alarm and Sprinkler Systems Predictive Maintenance (PM) Services. This contract aims to provide comprehensive repair, maintenance, inspection, testing, and installation services for fire alarm and sprinkler suppression systems across several VA campuses in North Texas. Interested firms must demonstrate their capability by responding by 4 PM CST on November 22, 2024, including their company details and a capabilities statement. This is a preliminary inquiry, not a formal solicitation, and aims to inform the acquisition strategy based on market responses. All preparatory costs incurred by interested parties will be at their own expense, as no contracts will be awarded from this notice. Direct communication for inquiries is required with the Contract Specialist, Sherine Brooks, to ensure compliance with submission guidelines.
Att 1_NARA Records Management Language for Contracts.docx
Word15 KBMar 7, 2025
AI Summary
The NARA Records Management Language for Contracts outlines federal contractors' obligations regarding the management and safeguarding of records created or utilized while performing government contracts. Key provisions establish compliance with applicable records management laws and NARA regulations, emphasizing the preservation of all records as federal records subject to statutory management guidelines. Contractors must maintain records created for government use and ensure appropriate technical documentation accompanies electronic records. Unauthorized disclosure or destruction of records is strictly prohibited, with the contractor responsible for reporting incidents promptly. All records generated under the contract are the property of the VA North Texas Health Care System, which retains unlimited rights to use and disclose the data. Additionally, contractors are required to ensure sensitive information is protected and to utilize government IT equipment solely for authorized purposes. Training in records management is mandatory for contractor employees involved with record handling. Overall, the document establishes stringent compliance requirements to ensure the integrity, security, and proper management of government records.
Att 2_NTX VA Health Care Systems Construction Safety Accident Prevention Plan.doc
Word40 KBMar 7, 2025
AI Summary
The North Texas VA Health Care Systems' Construction Safety Accident Prevention Plan mandates that contractors submit an Accident Prevention Plan before commencing work. The prime contractor is responsible for developing the plan, which must be approved by government personnel and incorporate the safety protocols for both their work and that of any subcontractors. Essential components of the safety plan include project background, administrative responsibilities, safety orientation for new employees, a detailed hazard analysis for each project phase, and emergency response capabilities. The plan must address specific hazards such as fall protection, confined space entry, and fire safety, and ensure compliance with OSHA regulations. Contractors are required to maintain logs of safety inspections and accident reports, promptly investigating any incidents. By emphasizing the importance of a collaborative safety culture and stringent adherence to safety protocols, the plan aims to minimize risks and ensure a safe work environment throughout the construction process. This document is crucial for ensuring that projects funded through federal grants and RFPs align with safety standards and regulatory requirements.
36C25725Q0116 0002_1.docx
Word15 KBMar 7, 2025
AI Summary
The document outlines an amendment to a combined solicitation for fire alarm and sprinkler systems maintenance services, issued by the Department of Veterans Affairs, Network Contracting Office 17. The solicitation number is 36C25725Q0116, and responses are due by January 30, 2025, at 4 PM Central Time. The project is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) participants. The primary service category falls under product service code J063 and the North American Industry Classification System (NAICS) code 561621. The contracting office is located in Temple, Texas. Additional details include a point of contact, Sherine Brooks, whose email is provided for inquiries. Relevant attachments referred to in the document include a technical questions document and an updated price schedule. This solicitation is part of the broader federal effort to procure essential services while adhering to regulations regarding contractor eligibility and funding availability. The document emphasizes the agency’s structured approach to soliciting proposals from qualified vendors to fulfill its maintenance service needs for fire safety systems.
Technical Questions_36C25725Q0116.docx
Word30 KBMar 7, 2025
AI Summary
The document pertains to a Request for Proposal (RFP) issued for the maintenance and repair of life safety fire alarm systems and sprinkler suppression systems across several facilities. It clarifies that there is an incumbent contractor and outlines various technical questions and responses regarding the services to be performed. Key aspects include site visit requests, device counts, inspection reports, invoicing protocols, and the responsibilities concerning spare parts and repairs. Significant inquiries addressed include the roles of contractors regarding pricing, expectations for invoicing post-service completion, and clarification about the inventory of equipment necessary for compliance with safety standards. Moreover, the government has specified that a portion of the contract can remain blank for pricing, which may potentially lead to financial risks for contractors should lower amounts be awarded. Additionally, the document offers details on the types and quantities of fire detection devices and systems within various buildings, emphasizing the importance of accurate equipment inventory for effective maintenance. This RFP reflects the government's commitment to ensuring safety in its facilities while aiming for clear communication regarding responsibilities and expectations between the government and prospective contractors.
Updated Price Schedule - 36C25725Q0116.docx
Word45 KBMar 7, 2025
AI Summary
This document outlines a Request for Proposal (RFP) for comprehensive inspection and monitoring services of life safety fire alarm and sprinkler suppression systems across various campuses, including Dallas, TR Houses, Bonham, Garland, and Grand Prairie, as well as the Veteran Resource Center. The services are categorized into quarterly, semiannual, and annual inspections, daily monitoring, and maintenance/repairs, with clearly defined performance periods spanning from April 1, 2025, to March 31, 2030. Each item is detailed with quantities, contract periods, and pricing structures, though specific unit prices are left blank for bidders to fill in. This RFP emphasizes safety and regulatory compliance across multiple government facilities, indicating a significant investment in maintaining life safety systems, ensuring they meet both functional and regulatory standards throughout the contract tenure. The structured approach across different contract periods provides options for the government to extend or modify services as needed, demonstrating a commitment to ongoing maintenance and safety in public facilities.
Dallas-Sprinkler Systems_.pdf
PDF16758 KBMar 7, 2025
AI Summary
The document outlines the findings from a comprehensive fire protection systems inspection conducted at the VA Hospital in Dallas on January 3, 2024, adhering to NFPA standards. The inspection revealed that various components, including fire pumps, sprinklers, alarms, and smoke detectors, were tested with several instances noted for repairs and corrections required, particularly regarding the operational status of certain devices and issues with labeling. Key personnel, contact information, and the specific inspection details are provided for follow-up actions and compliance monitoring.
Garland-Inspections_.pdf
PDF7540 KBMar 7, 2025
AI Summary
The document outlines the annual inspection report for fire alarm and detection equipment at the VA Garland facility, conducted by Firetrol Protection Systems on December 11, 2023. The report details the operational status of various fire protection devices, noting several units that failed to respond correctly, along with significant observations, such as devices being removed or marked as "in trouble" for not responding. A comprehensive listing of inspected smoke, heat, and duct detectors, along with their corresponding locations and operational statuses, is provided for compliance with NFPA 72 standards.
Service Contract Act WD 2015-5273_Fannin.pdf
PDF366 KBMar 7, 2025
AI Summary
The government file contains disjointed and unclear information related to a series of federal grants, RFPs, and funding proposals across various sectors including environmental, health, and infrastructure projects. While specific details about the projects, timelines, and funding amounts are overwhelmed by corrupted or garbled text, certain segments allude to public health initiatives, environmental assessments, and infrastructural improvements. The documents appear to aim at requesting proposals for respective projects, encouraging assessments from potential contractors, and ensuring compliance with regulations. The fragmented nature of the text complicates the extraction of coherent narratives or specific actionable insights, leading to challenges in comprehensively understanding the overarching themes and specific funding guidelines. This illustrates systemic issues in document preservation and clarity essential for stakeholders in federal grant processes.
Grand Prairie- Inspections_.pdf
PDF338 KBMar 7, 2025
AI Summary
The document outlines the annual inspection report for the fire alarm detection and sprinkler systems at the VA Grand Prairie facility located at 10320 Markison Rd, Dallas, TX. Conducted by Inspector Christopher West on November 12, 2024, the inspection adheres to NFPA 72 (2010 Edition) and NFPA 25 (2011 Edition) standards. The report confirms that all systems, including manual pull stations, smoke detectors, heat detectors, and alarm notification devices, passed inspection, demonstrating their operational integrity. Significant details are outlined, including control panel status, suppression systems installation, and results for wet and dry systems. Inspector notes indicate that the sprinkler system was newly installed in 2024 and emphasizes regular maintenance checks to ensure efficiency. The importance of notifying appropriate authorities and ensuring compliance with safety standards is highlighted throughout the documentation. This report serves as a critical component of ongoing evaluation required for adherence to federal and state regulations regarding fire safety systems in government facilities.
SF30 36C25725Q0116 0002.docx
Word118 KBMar 7, 2025
AI Summary
The document is an amendment to a solicitation from the Department of Veterans Affairs, specifically from the Network Contracting Office 17. It serves to extend the due date for offers on proposal 36C25725Q0116 to January 30, 2024, at 4 PM CST. The amendment also addresses technical questions received from bidders and updates the start date for the Base Year and subsequent Option Year Periods from January 29, 2025, to April 1, 2025. The amendment emphasizes the importance for offerors to acknowledge receipt before the specified deadline to avoid rejection of their proposals. Overall, this document highlights the government's formal process in managing contract solicitations and ensuring transparency and clarity for prospective contractors.
SF30 36C25725Q0116 0003.docx
Word118 KBMar 7, 2025
AI Summary
This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 17. The primary purpose of this amendment is to extend the deadline for offer submissions from December 10, 2024, to January 31, 2025, at 4 PM CST. Furthermore, it addresses the provision of additional information in response to technical inquiries, specifically related to Inspection Reports. The amendment emphasizes the importance of acknowledging receipt of the amendment by all offerors, detailing procedures for acknowledgment, including returning specified copies or confirming receipt in offers submitted. The document is structured with various numbered sections, including references to the specific authority under which the changes are made, and it retains the original terms and conditions of the solicitation, except where changes are specified. The amendment reflects the government's efforts to ensure transparency and fairness in the procurement process, allowing bidders adequate time to submit bids while providing necessary information for informed decision-making.
36C25725Q0116 0003_1.docx
Word15 KBMar 7, 2025
AI Summary
This document pertains to an amendment of a previous combined solicitation for fire alarm and sprinkler system preventive maintenance services issued by the Department of Veterans Affairs, specifically the Network Contracting Office 17. The primary purpose is to solicit responses from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for maintenance work at various facilities within the Central Texas Veterans Health Care System, with a response deadline set for January 31, 2025. The document includes the solicitation number, point of contact (Sherine Brooks), and details regarding the associated service codes. Additionally, it references attached documents outlining specific inspections required at various locations such as Dallas and Garland. Overall, this amendment clarifies requirements and expected deliverables to ensure compliance and quality service in managing fire safety systems within veteran healthcare facilities.
36C25725Q0116 0001_1.docx
Word15 KBMar 7, 2025
AI Summary
The document is an amendment to a previous combined solicitation for fire alarm and sprinkler systems preventive maintenance (PM) services, issued by the Department of Veterans Affairs (VA). The contracting office is located in Temple, TX, with a response deadline set for January 16, 2025, at 4 PM Central Time. The solicitation number is 36C25725Q0116 and is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The applicable Product Service Code is J063 and the NAICS Code is 561621. Performance will occur at multiple locations, detailed in a separate statement of work. Contact for this solicitation is Contract Specialist Sherine Brooks, reachable via email or phone. The document indicates that there are no Recovery Act funds involved and provides an archive timeline of 30 days post-response date. This amendment is part of standard government processes to inform and update potential contractors regarding specific requirements and updates concerning the solicitation.
Service Contract Act WD 2015-5227_Dallas.pdf
PDF367 KBMar 7, 2025
AI Summary
The government file appears to encompass a range of topics related to federal Request for Proposals (RFPs), federal grants, and local/state RFPs. The document outlines various proposals focusing on project funding, compliance with regulatory requirements, and funding availability for designated community projects. Key elements include the need for detailed project descriptions, timelines, scopes of work, and budgets from potential applicants, who must provide evidence of organizational capacity and previous project successes. The structure emphasizes the importance of adhering to federal guidelines and local regulations, as well as initiatives that serve community needs and align with governmental objectives. Overall, the main purpose is to facilitate the funding process for impactful projects while ensuring compliance and accountability in the use of public resources.
Att 3_Site Plan Grand Prairie_Redacted.pdf
PDF5063 KBMar 7, 2025
AI Summary
The document outlines various utility features and measurements in the City of Arlington and City of Grand Prairie, including details on sanitary and electric manholes, easements, and street surfaces. It also notes the presence of a one-story brick commercial building, surveying markers, and public right-of-way specifications. Specific elevations and locations are provided for various infrastructure elements, along with a vicinity map for context.
SF30 36C25725Q0116 0001.docx
Word118 KBMar 7, 2025
AI Summary
This document is an amendment regarding a solicitation for contracts issued by the Department of Veterans Affairs' Network Contracting Office 17. The primary purpose of the amendment is to extend the deadline for contractor offers from the original date to January 16, 2025, at 4 PM CST. The extension allows additional time for the government to respond to technical questions received from potential offerors. The document requires all offerors to acknowledge receipt of the amendment by specific means to ensure their offer is not rejected due to a lack of acknowledgment. It specifies that all terms and conditions remain unchanged except for the revised due date for submissions. This amendment serves as part of the larger process in the procurement of services or goods as stipulated in government RFPs, ensuring transparency and compliance during the contracting process.
Bonham-Inspections_.pdf
PDF3576 KBMar 7, 2025
AI Summary
This document provides detailed fire and life safety system inspection reports for various buildings at the Bonham VAMC, conducted by Vets Fire & Life Safety. It outlines compliance with The Joint Commission/VHA Standards and ensures that inspection frequencies adhere to the latest codes, including NFPA 72 and NFPA 90A. Key inspections include annual tests of smoke detectors, heat detectors, duct detectors, and manual fire alarm boxes, with results indicating pass and fail rates. Several discrepancies were noted across buildings, mainly concerning device operations and failures, particularly with smoke detectors in elevator lobbies. Recommendations for improvements include repairs and further investigation of failed devices. The reports emphasize the importance of maintaining functional fire safety systems to uphold safety standards. They serve as critical documents for federal and state compliance, ensuring facility safety and preparedness for emergencies. These inspection reports reflect the VA's commitment to maintaining the safety and functionality of fire prevention systems, indicating a proactive approach to uphold the welfare of the buildings' occupants. They play a significant role in local government oversight and compliance with safety regulations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 19, 2024
amendedAmendment #1· Description UpdatedJan 7, 2025
amendedAmendment #2· Description UpdatedJan 16, 2025
amendedAmendment #3Jan 17, 2025
amendedLatest Amendment· Description UpdatedMar 7, 2025
deadlineResponse DeadlineJan 31, 2025
awardAwarded to Veterans Fire and Life Safety Corporation SAINT PETERS 63376Mar 6, 2025
expiryArchive DateApr 30, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)

Point of Contact

Contract Specialist
Sherine Brooks

Official Sources