Fire Alarm Testing and Certifications
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), specifically NETWORK CONTRACT OFFICE 19 (36C259), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Fire Alarm Testing and Certifications at the Jack C. Montgomery VA Medical Center in Muskogee, OK. This is a Firm-Fixed-Price Request for Quotation (RFQ) for a base year plus four option years. Offers are now due January 23, 2026, at 10:00 AM CST.
Scope of Work
The contract requires comprehensive inspection, testing, and maintenance services for fire alarm and suppression systems. Key deliverables include:
- Annual, semi-annual, and quarterly inspections/testing of water-based sprinkler systems, hydrants, fire pumps, and hood systems.
- Inspection and testing of electro-mechanical releasing devices (smoke dampers) and cleaning of smoke detectors.
- Testing of fire alarm system control panels, initiating/indicating devices, power supplies, annunciators, and batteries.
- Testing of roof top unit/air handler unit shutdown, roll down overhead doors, and elevator recall.
- Annual fire hydrant and standpipe flow tests, and annual fire pump full flow tests.
- Semi-annual tests, inspection, and maintenance for FM200 and kitchen hood fire suppression systems.
- All inspected devices must be barcoded and entered into an electronic inventory system.
- Reports must be Joint Commission compliant, provided in hard copy and electronic format.
- Contractor must provide a minimum of three service technicians, with at least one NICET Level 2 certified. Preference for a technician certified to operate/program Honeywell Gamewell fire alarm systems.
Contract & Timeline
- Type: Firm-Fixed-Price Request for Quotation (RFQ)
- Duration: Base year (01-15-2026 to 12-31-2026) with four (4) one-year option periods.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Offers Due: January 23, 2026, at 10:00 AM CST (extended by Amendment 0002).
- Original RFQ Published: December 22, 2025.
- Amendment 0002 Published: January 8, 2026.
Evaluation & Submission
- Evaluation: Award will be based on Price and Past Performance, with Price being the sole evaluation factor along with general standards of responsibility. Special Standards of Responsibility include requiring NICET Level 2 certification for technicians.
- Submission: Offerors must submit a completed SF 1449 (Page 1) and email responses to Jeffery.Eller@va.gov.
- Contact: Jeffery K Eller (CO) at 918-577-3282 or Jeffery.Eller@va.gov.
Additional Notes
A future amendment will be issued to provide answers to questions submitted by potential offerors. All other terms and conditions of the original RFQ remain unchanged.