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 the NETWORK CONTRACT OFFICE 19 (36C259), is seeking proposals for Fire Alarm Testing and Certifications services. This Solicitation (RFQ 36C25926Q0128) is for the Jack C. Montgomery VA Medical Center in Muskogee, OK. The contract will be a Firm-Fixed-Price agreement for a base year plus four option years. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by January 30, 2026, at 15:00 CST.
Scope of Work
The required services include comprehensive inspection, testing, and repair of fire alarm and suppression systems. Key tasks involve:
- Annual, semi-annual, and quarterly inspections and testing of water-based fire sprinkler systems, hydrants, fire pumps, hood systems, and related equipment.
- Inspection and testing of electro-mechanical releasing devices (smoke dampers) and cleaning of smoke detectors.
- Testing of fire alarm system control panels, initiating devices, indicating devices, power supplies, annunciators, batteries, and digital voice controls.
- Functional testing of roof top unit and air handler unit shutdown, roll down overhead doors, and elevator recall.
- Annual fire hydrant, standpipe, and 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 uniform, Joint Commission compliant, and available in hard copy and electronic format.
- The contractor must provide a minimum of three service technicians, with at least one holding NICET level 2 certification. Preference is given to technicians certified to operate and program Honeywell Gamewell fire alarm systems.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year (January 15, 2026, to December 31, 2026) with four (4) one-year option periods.
- NAICS Code: 541350 (Engineering Services), with a size standard of $11.5 Million.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission & Evaluation
- Offers must be submitted by January 30, 2026, at 15:00 CST.
- Submissions should include a completed SF 1449 (Page 1) in lieu of a cover letter and brochures.
- Evaluation will be based on Price and Past Performance. Special Standards of Responsibility require NICET level 2 certification for technicians. Price alone is a significant evaluation factor, alongside general standards of responsibility.
- Offerors must acknowledge their SDVOSB status and parameters.
- Responses are to be emailed to jeffery.eller@va.gov.
Additional Notes
This solicitation, 36C25926Q0128, has been amended to extend the closing date. A subsequent amendment is anticipated to provide answers to submitted questions. All other terms and conditions of the original RFQ remain unchanged.