H312--Annual Fire Door Inspection POP: 07/31/2025 - 09/30/2025
ID: 36C26225Q1058Type: Solicitation
Overview

Buyer

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

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to conduct annual Fire and Smoke Door Inspections at the San Diego VA Healthcare System, with a performance period from July 31, 2025, to September 30, 2025. The contract requires the inspection of a total of 500 doors, including 130 doors in interstitial spaces and 366 doors in non-interstitial spaces, as well as 4 roll-up fire and smoke doors, to ensure compliance with Veterans Health Administration (VHA) requirements and Joint Commission standards. This procurement is critical for maintaining safety and compliance with fire control regulations, particularly given the presence of asbestos in certain areas of the facility. Interested vendors must submit proposals by July 14, 2025, and can contact Contract Specialist Earl Henry at earl.henry@va.gov for further information.

    Point(s) of Contact
    Earl HenryContract Specialist
    earl.henry@va.gov
    Files
    Title
    Posted
    The document details a federal solicitation for inspection and repair services related to fire doors for the Department of Veterans Affairs (VA). The contract, valued at $11.5 million, is open to offer submissions until July 14, 2025, with specific focus on service-disabled veteran-owned small businesses (SDVOSBs). It outlines key aspects of the solicitation, including contract terms, submission instructions, and performance expectations. Contractors must sign and return certain clauses, including compliance with amendments. The tasks involve an annual inspection of 500 fire doors and associated repairs, with a performance period from July to September 2025. Emphasis is placed on compliance with federal regulations such as limitations on subcontracting, and the importance of maintaining standards throughout contract execution. The document serves as a formal request for proposals, engaging small businesses in fulfilling the VA's service needs while adhering to legal stipulations ensuring fair business practices and veteran engagement.
    The U.S. Department of Veterans Affairs is seeking contractors for an annual Fire and Smoke Door Inspection at the San Diego VA Healthcare System, scheduled between July 31 and September 30, 2025. This solicitation, numbered 36C26225Q1058, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code H312 with an applicable NAICS code of 541350. The inspections are necessary for compliance with Veterans Health Administration (VHA) requirements and The Joint Commission standards, specifically NFPA 80, 101, and 105. The scope of work includes inspecting 130 doors in interstitial spaces and 366 doors in non-interstitial spaces of Buildings 1 and 11, as well as 4 roll-up fire and smoke doors. Notably, asbestos is present in the interstitial areas, which will require careful management during inspections. Interested parties must submit responses by July 14, 2025, to the designated Contract Specialist, Earl Henry. This presolicitation emphasizes the importance of safety standards in maintaining healthcare facilities for veterans.
    The Department of Veterans Affairs (VA) has issued an amendment for a solicitation regarding annual Fire and Smoke Door Inspections at the VA San Diego Medical Center. This amendment aims to clarify questions from interested offerors and provide details about an upcoming site visit scheduled for July 9, 2025. During this site visit, potential bidders will have the opportunity to inspect both single and double doors that require evaluation to ensure compliance with the Veterans Health Administration (VHA) requirements and adherence to Joint Commission standards (LS.02.01.10) based on NFPA codes 80, 101, and 105. Offerors must pre-register via email by July 8, 2025, and are encouraged to attend the site visit to fully understand the project scope and requirements. The inspection entails evaluating a total of 500 doors across various hospital sections, including both interstitial and non-interstitial spaces. Additionally, the document indicates the presence of asbestos in specific building areas, necessitating caution during inspections. Questions raised during or after the site visit should be submitted to the contracting office. Overall, the amendment ensures transparency and clarity for prospective contractors engaging with this federal solicitation.
    This document serves as a vendor information collection form for entities seeking to engage with the federal government via requests for proposals (RFPs), grants, or contracts. It outlines essential vendor details including the requestor, services provided, vendor identification numbers (TIN or SSN), contact information, and physical addresses. It includes a confirmation of existing contracts, payment terms, business classifications, and a vendor registration status with the Central Contractor Registration (CCR). Key points include mandatory registrations for verification, the distinction of vendor types (small, large, disadvantaged, etc.), and the acceptance of purchase cards. Additionally, it emphasizes the importance of compliance with federal regulations, requiring vendors to check specific sites to ensure eligibility for government contracts. The form highlights a commitment to thorough vetting to avoid administrative issues, ensuring vendors are qualified to conduct business with the government. Overall, the document is essential for establishing a clear vendor profile in compliance with federal contracting policies and procedures.
    The VA-FSC Vendor File Request Form is a document required for updating or creating vendor records within the VA's Financial Management System (FMS). The form collects essential information from vendors, such as their type (commercial, individual, veteran, etc.), contact details, and financial information, including bank account details necessary for Electronic Funds Transfer (EFT). It includes sections for vendor registration confirmation in the System of Awards Management (SAM), as well as supporting documentation for various vendor types. The document emphasizes processing time, privacy requirements, and the necessary steps for submission, which must be completed within a specified format for validation. The form serves as a critical tool for the Department of Veterans Affairs to efficiently manage vendor relationships and payment processes while adhering to specific federal regulations concerning financial transactions. Overall, this form streamlines the administrative aspects of vendor management within the VA, ensuring compliance and prompt payment processing.
    The document is a Form W-9 issued by the Internal Revenue Service (IRS) for U.S. persons to provide their taxpayer identification number (TIN) to the requester. It outlines the necessary information required to complete the form, including personal identification details, such as name, address, and TIN, and provides instructions on backup withholding. Importantly, individuals must certify their TIN's accuracy and assert that they are not subject to backup withholding under various conditions. The form also includes special instructions for different business entities and outlines potential penalties for providing false information or failing to supply a TIN. In the context of government procurement, RFPs, and grants, the form is essential for ensuring compliance with tax reporting and withholding requirements by confirming the identity of the parties involved. This documentation aids in safeguarding personal data and clarifying the tax obligations of those receiving federal funds or contracts, thereby fostering transparency and accountability within federal and state financial systems.
    The document outlines parking and access details for a facility located at 3350 La Jolla Village Drive, San Diego, CA. It includes information on various parking areas designated for patients and contractors, as well as directions for entering the premises via La Jolla Village Drive. This type of information is critical in the context of government RFPs and grants as it facilitates logistical planning for potential contractors or vendors who may be submitting proposals to work at the site. Clear access and parking instructions can influence the execution of projects funded by federal and local government expenditures. Overall, the document serves to inform potential bidders about the physical layout and access points of the facility, ensuring they can efficiently plan their visits and operations.
    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.
    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.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov 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.
    Garage Door Maintenance and Repair at American Lake VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and NFPA codes. This opportunity is a total small business set-aside under NAICS code 238290, with a size standard of $22 million, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must RSVP for a mandatory site visit on December 12, 2025, and submit questions by December 29, 2025, with offers due by January 2, 2026; for further inquiries, contact Adam Hill at adam.hill3@va.gov or 360-553-7678.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    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.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.