C213--Life Safety Statement of Conditions Survey

SOL #: 36C25626Q0308Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
256-NETWORK CONTRACT OFFICE 16 (36C256)
RIDGELAND, MS, 39157, United States

Place of Performance

Fayetteville

NAICS

Engineering Services (541330)

PSC

A&E Inspection Services (Non Construction) (C213)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 27, 2026, 3:00 PM

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), specifically Network Contracting Office 16 (36C256), is soliciting proposals for a Life Safety Statement of Conditions (SOC) Survey (PSC C213) for the Veterans Healthcare Systems of the Ozarks (VHSO) in Fayetteville, AR, and its affiliated Community Based Outpatient Clinics (CBOCs) and other locations. This opportunity is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The objective is to provide a complete Life Safety Assessment SOC in accordance with NFPA 101, NFPA 99, and Joint Commission standards. Proposals are due by March 27, 2026, at 10:00 AM CDT.

Scope of Work

The selected contractor will conduct physical on-site surveys of specified buildings to determine compliance with current NFPA codes, the VA Fire Protection Design Manual, and VHA-Joint Commission Clarification Document requirements. Key tasks include:

  • Reviewing and verifying occupancy classifications, fire and smoke barrier walls and dampers, cross-corridor doors, exit access corridors, egress path impediments, travel distances to exits, and electrical closets/transformer rooms.
  • Surveying 100% of fire and smoke barrier walls and ceilings for location and construction.
  • Identifying and documenting all deviations with pictures and code references.
  • Reviewing electronic Joint Commission data and assisting in its update.
  • Preparing a comprehensive SOC binder, including Statement of Qualifications, building descriptions, Joint Commission equivalencies, Life Safety Assessments, floor plan drawings, and recommendations for noncompliant items.
  • Developing a preliminary Plan for Improvement (PFI) for items not correctable under the work order system.
  • Providing updated SOC drawings in electronic format (AutoCAD and PDF).
  • Offering support via a unique log-in Data Innovations Customer Web Portal.
  • Conducting an exit conference with VA staff to discuss findings.

Contract Details & Timeline

  • Contract Type: Firm-Fixed-Price Requirements Contract.
  • Period of Performance: 120 calendar days.
  • Estimated Value: Potential value of $25.5 Million.
  • Set-Aside: Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified and listed in the SBA certification database at the time of offer and award. Specific limitations on subcontracting (50% for services) apply.
  • NAICS Code: 541330 (Engineering Services).
  • Questions Due: March 12, 2026, 10:00 AM CST, via email to Marcus.Gasper@va.gov.
  • Offer Due Date: March 27, 2026, 10:00 AM CDT.
  • Published Date: March 3, 2026.

Special Requirements & Qualifications

Contractors must provide proof of specific qualifications, including a Fire Protection Engineer with at least 5 years of experience in Fire Life Safety Assessments and experience conducting at least 3 hospital assessments. Assigned surveyors must have documented experience with NFPA 101 and NFPA 99, with at least five years of fire protection engineering experience in evaluating complex healthcare facilities. The VA facility must remain operational, requiring minimal disruption. Reports and data must be provided in Microsoft Word, Adobe Acrobat, and AutoCAD Architecture formats, adhering to VA CAD Standards.

Evaluation Factors

Award will be based on Technical Certifications, Past Performance, and Price. Technical and Past Performance are of equal weight and, combined, are equal to Price. Technical certifications proving capabilities must be submitted with bid documentation.

People

Points of Contact

MARCUS M GASPERCONTRACT SPECIALISTPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 5, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 3, 2026
Version 1
Pre-Solicitation
Posted: Mar 3, 2026
View
C213--Life Safety Statement of Conditions Survey | GovScope