Fire and Security Monitoring
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) is conducting market research through a Sources Sought notice for Fire Alarm, Suppression, and Security Monitoring Inspection, Testing, Maintenance, and Emergency Repair Services at the Quantico Information Technology Center (QITC), Buildings 5101 and 5107, Quantico, VA. The VA seeks industry input on a draft Performance Work Statement (PWS) and acquisition strategy. Responses are due April 20, 2026, at 4:00 PM ET.
Purpose
This Request for Information (RFI) serves as market research to identify qualified sources capable of providing comprehensive fire alarm, suppression, and security system services. The VA aims to gather industry feedback on the clarity of the draft PWS, potential acquisition strategies, contract structure, and overall market capabilities, including small business participation, to refine the requirement.
Scope of Work (Draft PWS)
The anticipated requirement involves providing all labor, materials, tools, equipment, and supervision for full maintenance, repairs, and 24/7 emergency services for fire alarm, suppression systems (including FM-200), and security systems. These systems include ADT Panels, access keypads, door sensors, motion sensors, and locking mechanisms located at QITC Buildings 5101 and 5107. Services will include annual and semi-annual testing and maintenance in accordance with NFPA codes and manufacturer guidelines, with a requirement for 100% device testing and a two-hour on-site response for emergencies. The PWS outlines a base period of 12 months with four one-year option periods, from October 1, 2024, through September 30, 2029.
Key Information Requested
Vendors are requested to provide feedback on:
- Requirement Clarity: Assessment of the draft PWS, areas for expansion, and recommended revisions.
- Technical Execution & Risk: Identification of performance risks, required staffing models (labor categories, certifications), and transition dependencies.
- Pricing & Contract Structure: Rough Order of Magnitude (ROM) pricing estimates with assumptions, recommended pricing models, and suitable contract vehicles.
- Market Capability & Competition: Relevant experience, recommended NAICS codes, and access to existing contract vehicles.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Anticipated Period of Performance: October 1, 2024 - September 30, 2029 (Base + 4 Option Years)
- Response Due: April 20, 2026, 4:00 PM ET
- Published: April 6, 2026
Response Instructions
Responses should be clear, concise, and tailored to the draft requirement, not exceeding 10 pages (excluding cover, TOC, and capability statements). Vendors are encouraged to include assumptions, recommended exhibits, and identify any missing information or ambiguities. ROM pricing estimates with key assumptions and cost drivers are also encouraged.
Additional Notes
This RFI is for market research and planning purposes only and does not constitute a solicitation. The Government will not reimburse respondents for any costs incurred in preparing or submitting responses.