Fire Alarm and Suppression System Inspection Svcs (AMA) with Amendment 1
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 17, is soliciting proposals for Fire Alarm and Suppression System Inspection Services at the Amarillo Texas Veterans Health Care System (AVAHCS), Thomas E. Creek Division, in Amarillo, TX. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. An amendment has extended the proposal due date to March 31, 2026, at 13:00 CDT.
Scope of Work
The contractor will provide comprehensive monthly, quarterly, semi-annual, and annual inspections and testing for fire alarm and fire suppression systems across 7 buildings and 22 outbuildings. Services include inspection of fire pumps, backflow preventers, fire extinguishers, kitchen hood systems, fire dampers, and sprinkler systems. Key deliverables involve maintaining a database of inspection data, producing detailed reports, and ensuring 100% inspection and testing of all devices in accordance with NFPA standards. Personnel must hold specific certifications (NICET Level II, Texas Department of Insurance State Licensure: Fire Alarm Technician (FAL)) with at least three years of experience and Notifier Factory training. The contractor must also possess relevant Texas State Licenses/Registrations (ACR, ACR-SS, APS, SCR, SCR-U, RVIE) and provide proof of TB testing for all employees.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One (1) base year and four (4) one-year options, totaling five years (March 23, 2026, to March 22, 2031).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621 (Size Standard: $25.0 Million)
- Limitations on Subcontracting: VAAR 852.219-75 applies, requiring contractors to pay no more than 50% of the contract amount to non-SDVOSBs or VOSBs.
Submission & Evaluation
- Proposals Due: March 31, 2026, at 13:00 CDT.
- Submission Method: Email proposals to marcellus.jackson@va.gov. Proposals must be in PDF format and submitted in four separate volumes: Solicitation, Offer and Award Documents; Technical; Price; and Past Performance.
- Evaluation Factors: Technical Capability, Price, and Past Performance.
- Award Basis: Award will be made to the responsible offeror whose offer is most advantageous to the Government.
- Eligibility: Offerors must have active registration in SAM.gov and be listed in SBA's Dynamic Small Business Search (DSBS).
Contact Information
- Primary Contact: Marcellus Jackson
- Email: marcellus.jackson@va.gov
- Phone: 2109863354