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), has issued a Solicitation (36C25026Q0088) for Fire Alarm & Suppression System Testing and Maintenance Services at its Marion and Fort Wayne, IN campuses. 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 across specified buildings at both the Fort Wayne and Marion campuses. Key requirements include:
- Fire Alarm Systems: Testing and diagnosis of malfunctions.
- Sprinkler Systems: Diagnosis and repair of malfunctions for wet, dry, and antifreeze systems, including riser testing.
- Inspections/Tests: Annual, semi-annual, and quarterly inspections and testing of various fire safety components, such as initiating devices, annunciator panels, smoke dampers, door holders, audio/visual devices, 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, 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
- Contract Type: Firm-Fixed-Price (FFP) 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: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 561621 – Alarm system monitoring services, with a size standard of $25 Million.
Submission & Evaluation
- Questions Due: February 2, 2026, 9:00 AM EST.
- Offers Due: February 6, 2026, 9:00 AM EST.
- Submission Requirements: Signed SF1449, completed price schedule, VA Notice of Limitations on Subcontracting Certificate of Compliance (852.219-75), and all certifications listed in the Statement of Work.
- Evaluation Factors: Price and Past Performance.
- Acquisition Method: Comparative analysis utilizing FAR Part 12.
- Eligibility: Offerors must be registered in SAM.gov with NAICS code 561621 and meet SDVOSB/VOSB requirements.
Site Visits
Optional site visits are available for vendors:
- February 3, 2026, 8:00 AM: Fort Wayne VAMC - 2121 Lake Avenue, Fort Wayne, IN. Meet at Building 1. POCs: Fred Peek (260-426-5431 x61379) and Lukas Winkler (260-426-5431 x61438).
- February 4, 2026, 8:00 AM: Marion VAMC - 1700 East 38th Street, Marion, IN. Meet at Building 52 Conference Room. POC: Kylee Baker (765-674-3321 x73684). These site visits do not extend the offer due date.
Contact Information
Primary Point of Contact: Janel N Tate-Montgomery, Contracting Officer, janel.tate-montgomery@va.gov.