Fire Alarm and Suppression System Inspection Svcs (AMA)
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 and Testing Services for the Amarillo Texas Veterans Health Care System (AVAHCS), Thomas E. Creek Division. This requirement covers 7 buildings and 22 outbuildings in Amarillo, TX. The VA anticipates awarding a Firm-Fixed-Price (FFP) contract. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 12, 2026, at 13:00 CST.
Scope of Work
The contractor will provide comprehensive monthly, quarterly, semi-annual, and annual inspections and testing for fire alarm and fire suppression systems. This includes fire pumps, backflow preventers, fire extinguishers, kitchen hood systems, fire dampers, and sprinkler systems. Key deliverables involve maintaining database management of all inspection and testing data, producing comprehensive printed and electronic reports, and providing 100% inspection and testing for all devices. Specific 3-year, 5-year, and 6-year inspections are also required for systems like Dry Pipe, Standpipe Hydrostatic Test, Smoke Dampers, and Fire Dampers.
Personnel must possess NICET Level II certification, Texas Department of Insurance State Licensure (Fire Alarm Technician), and a minimum of three years of experience, along with Notifier Factory training. The contractor must hold specific Texas State Licenses/Registrations (ACR, ACR-SS, APS, SCR, SCR-U, RVIE). Proof of TB testing for all employees and subcontractors, and provision of safety and PPE equipment are mandatory.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One (1) base year and four (4) one-year options, from March 23, 2026, to March 22, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621 (Security Systems Services), with a size standard of $25.0 Million.
- Subcontracting: VAAR 852.219-75 applies, limiting payments to non-SDVOSB/VOSB firms to 50% of the contract amount.
Submission & Evaluation
- Questions Due: Thursday, March 5, 2026, at 13:00 CST, via email to marcellus.jackson@va.gov.
- Proposals Due: Thursday, March 12, 2026, at 13:00 CST, via email to marcellus.jackson@va.gov.
- Proposals must be submitted in four separate volumes: Solicitation, Offer and Award Documents; Technical; Price; and Past Performance. Email submissions have a 7MB limit per email, with multiple emails permitted.
- Evaluation Factors: Technical Capability, Price, and Past Performance. Award will be made to the responsible offeror whose offer is most advantageous to the Government.
Key Dates & Information
- Site Visit: March 4, 2026, at 10:00 AM CST, at Amarillo Veterans Healthcare System, Thomas E. Creek Medical Center.
- Contact: Marcellus Jackson, marcellus.jackson@va.gov, 210-986-3354.
- Invoices must be submitted electronically via Tungsten Network. Offerors must complete all fill-in clauses and provisions.