H212--NIHCS Fire Alarm & Suppression Testing

SOL #: 36C25026Q0088Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Marion, IN

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Equipment And Materials Testing: Fire Control Equipment (H212)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Feb 6, 2026, 2:00 PM

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 VA Northern Indiana Healthcare System (VANIHCS), is soliciting proposals for Fire Alarm & Suppression System Testing and Maintenance Services at its Marion and Fort Wayne campuses in Indiana. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due February 6, 2026, at 9:00 AM EST.

Scope of Work

The contractor will provide comprehensive testing, diagnosis, and repair services for fire alarm and sprinkler systems, along with related components. Key requirements include:

  • Fire Alarm Systems: Testing and diagnosis of malfunctions for specified buildings at both Fort Wayne and Marion campuses.
  • Sprinkler Systems: Diagnosis and repair of malfunctions for specified buildings, covering wet and dry systems, antifreeze systems, and riser testing.
  • Inspections/Tests: Annual, semi-annual, and quarterly inspections and testing of various components, including fire alarm systems, initiating devices, annunciator panels, smoke dampers, door holders, audio/visual devices, sprinkler systems, flow switches, tamper devices, fire department connections, post indicator valves, main drain tests, and fire pumps.
  • Specific Tests: Smoke detector sensitivity testing, elevator recall verification, duct detector testing, kitchen hood suppression system inspections and testing, fire hydrant testing, and electromagnetic door holder verification.
  • Compliance: All services must adhere to current editions of NFPA standards (e.g., NFPA 72, NFPA 25, NFPA 10) and TJC Standards (e.g., EC.02.03.01, EC.02.03.05).
  • Reporting: Submission of written reports within thirty (30) days of inspection, referencing relevant standards, with immediate reporting of critical deficiencies.

Contract & Timeline

  • Contract Type: Firm-fixed-price contract.
  • Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four (4) additional one-year option periods.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Questions Due: February 2, 2026, 9:00 AM EST.
  • Offers Due: February 6, 2026, 9:00 AM EST.
  • Published Date: January 28, 2026.

Submission & Evaluation

  • Submission Requirements: Offerors must submit a signed SF1449, a completed price schedule, the 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance, and all certifications listed within the Statement of Work. Questions must be submitted via email; phone calls will not be accepted.
  • Evaluation Factors: Award will be based on a comparative analysis utilizing FAR Part 12, considering Price and Past Performance. The Government reserves the right to award without discussions.

Eligibility & Notes

  • NAICS Code: 561621 – Alarm system monitoring services, with a size standard of $25 Million.
  • Registration: Offerors must ensure active, current, and accurate registration in SAM.gov, including NAICS code 561621. Specific requirements for SDVOSB/VOSB concerns are detailed in VAAR 852.219-73 and VAAR 852.219-75.
  • Contact: The primary point of contact is Janel N Tate-Montgomery, Contracting Officer, at janel.tate-montgomery@va.gov.
  • Site Visit: No site visit will be conducted.
  • Documents: All relevant solicitation documents and any amendments will be available for download solely on SAM.gov.

People

Points of Contact

Janel N Tate-MontgomeryContracting OfficerPRIMARY

Files

Files

Download

Versions

Version 8
Award Notice
Posted: Mar 13, 2026
View
Version 7
Solicitation
Posted: Feb 12, 2026
View
Version 6
Solicitation
Posted: Feb 10, 2026
View
Version 5
Solicitation
Posted: Feb 4, 2026
View
Version 4
Solicitation
Posted: Feb 2, 2026
View
Version 3
Solicitation
Posted: Feb 2, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 28, 2026
Version 1
Pre-Solicitation
Posted: Jan 28, 2026
View