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 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 opportunity. The requirement includes comprehensive inspection, testing, and maintenance of various fire alarm and suppression systems. Quotes are due by February 27, 2026, at 15:00 CST.
Scope of Work
This Request for Quotation (RFQ) covers annual, semi-annual, and quarterly inspections, testing, and maintenance of fire alarm and suppression systems. Key services include:
- Inspection and testing of water-based fire sprinkler systems, hydrants, fire pumps, hood systems, and related equipment.
- Testing of electro-mechanical releasing devices (smoke dampers) and cleaning of smoke detectors.
- Comprehensive testing of fire alarm system control panels, initiating devices, indicating devices, power supplies, annunciators, batteries, and digital voice controls.
- Testing of roof top unit and air handler unit shutdown, roll down overhead doors, and elevator recall.
- Annual fire hydrant flow tests and standpipe flow tests, along with 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.
- 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 & Timeline
- 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.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541350 (Building Inspections Services)
- Product Service Code: H242 (Equipment And Materials Testing: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials)
- Evaluation: Award 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.
- Quote Due Date: February 27, 2026, at 15:00 CST.
Submission Details
Offerors must submit a completed SF 1449 (Page 1) in lieu of a cover letter and brochures. All quotes, including re-priced line items as per Amendment 0006, must be emailed to the Contracting Officer, Jeffery Eller, at Jeffery.Eller@va.gov. No further questions will be accepted.