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 Contract Office 20, is soliciting proposals for Project 648-23-100 CON Fire Alarm to Voice at the Portland VA Vancouver Campus, WA. This Firm-Fixed-Price construction project, estimated between $6,000,000.00 and $8,000,000.00, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves upgrading the existing fire alarm system to a modern voice-enabled communication system. Proposals are due March 6, 2026, at 16:00 PST.
Scope of Work
The contractor will provide all labor, materials, and services to upgrade the existing Edwards EST-3 Fire Alarm system to an EST-4 or equivalent system with Emergency Voice/Alarm Communication (EVAC) capabilities. This includes site investigation, construction, programming, training, commissioning, and scheduling. Key tasks involve installing new initiating devices and smoke detection, upgrading the campus fiber loop, main control equipment, Fire Alarm Control Panels (FACPs) with integrated Network Voice Command, FireWorks* Station Computer, monitors, printer, cellular digital alarm transmitter, new annunciator panels, power supply circuits, distribution panels, strobe power control equipment, and installation in Building T1819. A working fire alarm system must be maintained throughout the 1-year performance period.
Key Amendments & Clarifications
- Proposal Due Date: Extended to March 6, 2026, at 16:00 PST.
- Technical Experience: "Recent" projects must be at least 50% complete within the last five years of solicitation issuance, with a minimum value of $2,000,000.00. Offerors must submit 2-5 relevant projects.
- Technical Details: Existing EST-3 cabinets in Buildings 25 and 27 may be reused, but components must be upgraded to EST-4 or equivalent; all other FACPs and annunciators must be new EST-4 or equivalent. The solicitation is not limited to Edwards products. Specific requirements for ICRA (hard barriers or approved plastic), central station monitoring (UL-listed cellular communicator, coordination with American Security, 1-year service), and innerducts for conduits have been clarified.
- Fiber Optic Cabling: Amendment 3 revised specifications for "COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING," specifically noting "MULTIMODE OPTICAL FIBER BACKBONE CABLES" are "NOT USED" and updating requirements for single-mode fiber, testing, termination (BICSI certified Technician level 1), jacket colors, and construction.
- FAR Clauses: FAR 52.204-24 has been removed. FAR 52.228-1(c) for bid guarantee is clarified (20% of bid or $3,000,000.00, whichever is less). FAR 52.240-90, "Security Prohibitions and Exclusions Representation and Certification," has been added.
Contract Details & Requirements
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 365 days from Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
- Bonds: A bid guarantee (SF 24) of 20% of the bid price or $3,000,000.00 (whichever is less) is required. Payment Bond (SF 25A) and Performance Bond (SF 25) will also be required.
- Subcontracting: Offerors must submit VAAR 852.219-75, "VA Notice of Limitations on Subcontracting - Certificate of Compliance," certifying compliance with subcontracting limits.
- Wage Determination: Prevailing wage rates for Clark and Skamania Counties, WA, apply.
Evaluation Criteria
Proposals will be evaluated 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.
Submission Requirements
Proposals must be submitted in two volumes: Volume 1 (Technical Proposal and Past Performance) and Volume II (Price/Cost Proposal). All solicitation amendments must be acknowledged. Offerors must ensure their annual representations and certifications are current in Sam.gov.
Contact Information
Primary Contact: Colleen M Nicholson (Colleen.nicholson@va.gov, 3605537650). Secondary Contact: Kabir Saka (kabir.saka@va.gov).