648-23-100 CON Fire Alarm to Voice
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 20, is soliciting proposals for the 648-23-100 CON Fire Alarm to Voice project at the VA Portland Healthcare System, Vancouver Campus, WA. This Firm-Fixed-Price construction contract, estimated between $6M and $8M, involves upgrading the existing fire alarm system to a modern voice-enabled Emergency Voice/Alarm Communication (EVAC) system. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 6, 2026, at 4:00 PM PST.
Scope of Work
The project requires the contractor to provide all labor, materials, supplies, and services to upgrade the existing Edwards EST-3 Fire Alarm system to an EST-4 or equivalent system with voice capabilities. Key tasks include site investigation, construction, programming, training, commissioning, and scheduling. The scope encompasses installing new initiating devices, smoke detection per NFPA 72-2022, upgrading the campus fiber loop, main control equipment, Fire Alarm Control Panels (FACPs), annunciators, power supply circuits, and ensuring campus-wide synchronization. A working fire alarm system must be maintained throughout construction, and the transition to the new system should be prioritized.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: $6,000,000.00 to $8,000,000.00
- Period of Performance: 1 year (365 days) from Notice to Proceed
- Place of Performance: VA Portland Healthcare System, Vancouver campus, 1601 E Fourth Plain Blvd, Vancouver, WA 98661
- Proposal Due Date: March 6, 2026, 4:00 PM PST
- Published Date: February 24, 2026
Eligibility & Submission
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The NAICS code is 238210 (Electrical Contractors and Other Wiring Installation Contractors). Proposals must be submitted in two volumes (Technical/Past Performance and Price/Cost) via email to Colleen.nicholson@va.gov and kabir.saka@va.gov. Required submissions include a Bid Guarantee (SF 24) of at least 20% of the bid price (not exceeding $3M), and the selected contractor must furnish Payment (SF 25A) and Performance (SF 25) Bonds. Offerors must complete and submit the mandatory VAAR 852.219-75 certification regarding subcontracting limitations and ensure current Sam.gov representations and certifications. Past Performance Questionnaires (PPQs) are also required.
Evaluation Criteria
Award will be based on Technical Experience (most important), Past Performance, and Price. Technical Experience is significantly more important than Past Performance, and both combined are significantly more important than price. Offerors must demonstrate experience with EST-3 or EST-4 fire alarm systems or equivalent. Proposals must include 2-5 relevant projects, each with a minimum contract value of $2,000,000.00 and at least 50% complete within the last five years of the solicitation's issuance.
Key Clarifications & Requirements
Amendment 00003 clarified several technical aspects: existing EST-3 cabinets in Buildings 25 and 27 may be reused for components, but all other FACPs and annunciators must be new EST-4 or equivalent. The contractor is responsible for clearing existing system troubles. There is no preferred fire alarm manufacturer. Detailed shop drawings are required for power supplies. ICRA requirements specify hard barriers or approved soft barriers, with HEPA/containment carts allowed. A new UL-listed cellular fire alarm communicator with a one-year service subscription is required. Specific innerduct requirements for various conduit sizes and updated specifications for single-mode optical fiber backbone cabling (requiring BICSI certified Technician Level 1 for termination/testing) have also been issued.