H212--NIHCS Fire Alarm & Suppression Testing
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 VA Northern Indiana Healthcare System (VANIHCS), is soliciting proposals for Fire Alarm & Suppression System Testing and Maintenance Services at its Marion and Fort Wayne, IN campuses. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The solicitation, identified as 36C25026Q0088, seeks a contractor to ensure the operational reliability and compliance of all fire safety systems. Offers are due by 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.
- Sprinkler Systems: Diagnosis and repair of malfunctions for wet, dry, and antifreeze systems, including riser testing.
- Inspections/Tests: Annual, semi-annual, and quarterly inspections of 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.
- Specialized Testing: Smoke detector sensitivity, elevator recall verification, duct detector testing, kitchen hood suppression system inspections, fire hydrant testing, and electromagnetic door holder verification.
- Compliance: Adherence 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, with immediate reporting of critical deficiencies.
Contract Details
This will be a Firm-Fixed-Price (FFP) contract with a base period from March 1, 2026, to February 28, 2027, and four (4) one-year option periods. The acquisition will be conducted under FAR Part 12 using a comparative analysis method.
Eligibility & Submission
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The applicable NAICS Code is 561621 (Alarm system monitoring services) with a size standard of $25 Million. Offerors must be actively registered in SAM.gov with the correct NAICS code. Required submissions include a signed SF1449, a completed price schedule, the 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance, and all certifications listed in the Statement of Work. Evaluation will be based on Price and Past Performance, and the Government reserves the right to award without discussions. Contractor qualifications, including NICET certifications and experience, are required.
Key Dates & Contact
- Questions Due: February 2, 2026, 9:00 AM EST
- Offers Due: February 6, 2026, 9:00 AM EST
- Site Visit: An optional site visit opportunity is available; details are provided in Amendment 0001.
- Point of Contact: Janel N Tate-Montgomery, Contracting Officer, at janel.tate-montgomery@va.gov.