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 soliciting quotes for Fire Alarm Testing and Certifications for the Jack C. Montgomery VA Medical Center in Muskogee, OK. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will cover inspection and repair services for fire alarm and suppression systems. Quotes are due February 6, 2026, at 15:00 CST.
Scope of Work
This Request for Quotation (RFQ) covers comprehensive inspection, testing, and repair services for fire alarm and suppression systems. Key requirements include:
- Annual, semi-annual, and quarterly inspections and testing of water-based fire sprinkler systems, hydrants, fire pumps, and hood systems.
- Inspection and testing of electro-mechanical releasing devices and cleaning of smoke detectors.
- Testing of fire alarm system control panels, initiating/indicating devices, power supplies, annunciators, batteries, and digital voice controls.
- Testing of rooftop 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 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 NICET Level 2 certified. 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: 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)
- Place of Performance: Muskogee, OK
Submission & Evaluation
- Offers must be submitted by February 6, 2026, at 15:00 CST.
- Submit 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 include requiring NICET Level 2 certification for technicians.
- Price alone is the sole evaluation factor along with general standards of responsibility.
- Vendors must email responses to jeffery.eller@va.gov.
Key Dates
- Published Date: January 30, 2026 (latest amendment)
- Response Due Date: February 6, 2026, 15:00 CST
Additional Notes
This solicitation is an amendment to an existing Request for Quotation (RFQ). All other terms and conditions of the original RFQ remain unchanged. A subsequent amendment may be issued to provide answers to questions submitted by potential offerors.