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 NETWORK CONTRACT OFFICE 10 (36C250), has issued a Solicitation (36C25026Q0088) for Fire Alarm & Suppression System Testing and Maintenance Services for the VA Northern Indiana Healthcare System (VANIHCS) at its Marion and Fort Wayne, IN campuses. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) Set-Aside. Offers are due by February 12, 2026, at 9:00 AM EST.
Scope of Work
The contractor will provide comprehensive testing, diagnosis, and repair services for all fire alarm and sprinkler systems, and related components. This includes annual, semi-annual, and quarterly inspections of fire alarm systems, initiating devices, annunciator panels, smoke dampers, door holders, audio/visual devices, sprinkler systems (wet, dry, antifreeze), flow switches, tamper devices, fire department connections, post indicator valves, main drain tests, and fire pumps. Specific tests include smoke detector sensitivity, elevator recall verification, duct detector testing, kitchen hood suppression system inspections, fire hydrant testing, and electromagnetic door holder verification. All services must comply with current editions of NFPA standards (e.g., NFPA 72, NFPA 25, NFPA 10) and TJC Standards. Written reports are required within thirty days of inspection, with immediate reporting of critical deficiencies.
Contract Details
- Contract Type: Firm-fixed-price contract.
- Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four (4) option years.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC).
- NAICS Code: 561621 – Alarm system monitoring services, with a size standard of $25 Million.
- Place of Performance: Marion and Fort Wayne, Indiana.
Submission & Evaluation
- Offers Due: February 12, 2026, 9:00 AM EST.
- Submission Requirements: Signed SF1449, completed price schedule, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance, and all certifications listed in the Statement of Work.
- Evaluation Factors: Price and Past Performance.
- Acquisition Method: Comparative analysis utilizing FAR Part 12, with award based on best value to the Government. The Government reserves the right to award without discussions.
- Eligibility: Offerors must be registered in SAM.gov with NAICS code 561621 and meet SDVOSBC requirements. Contractor qualifications, including NICET certifications and experience, are required.
Key Amendments & Notes
- Site Visits: Optional site visits were held on February 3, 2026 (Fort Wayne) and February 4, 2026 (Marion).
- Vendor Questions: Answers to vendor questions have been provided, clarifying scope details, equipment lists, inspection requirements, and insurance (liability remains at $3M).
- Attachments: Several new attachments, including detailed fire extinguisher inventories, hood information, and fire damper test reports for both campuses, are available on SAM.gov.
- Point of Contact: Janel N Tate-Montgomery, Contracting Officer, janel.tate-montgomery@va.gov.