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 12, 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), Network Contract Office 10, is soliciting quotes for Fire Alarm and Suppression System Testing and Maintenance at the VA Northern Indiana Healthcare System (VANIHCS) campuses in Marion and Fort Wayne, IN. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The contractor shall provide all labor, materials, and equipment to perform comprehensive testing, diagnosis, and repair services for fire safety infrastructure. Key requirements include:

  • Fire Alarm Systems: Annual, semi-annual, and quarterly inspections of initiating devices, smoke detectors (including sensitivity testing), annunciator panels, and audio/visual devices.
  • Suppression Systems: Testing and maintenance of wet/dry sprinkler systems, fire pumps, main drains, and antifreeze systems.
  • Specialized Equipment: Inspection and testing of kitchen hood suppression systems, fire hydrants, smoke dampers, and electromagnetic door holders.
  • Compliance: All work must adhere to NFPA 72, 25, and 10 standards, as well as The Joint Commission (TJC) requirements.
  • Reporting: Detailed written reports must be submitted within 30 days of inspection, with immediate notification for critical deficiencies.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP)
  • Duration: One-year base period (March 1, 2026 – February 28, 2027) plus four one-year option periods.
  • Set-Aside: 100% SDVOSB (FAR 19.14).
  • Response Due: February 12, 2026, at 9:00 AM EST.

Evaluation

Award will be made using a comparative analysis of Price and Past Performance. Offerors must be registered in SAM.gov under NAICS 561621 (Alarm System Monitoring Services) with a $25 million size standard.

Additional Notes

Amendments 0003 and 0004 extended the submission deadline and provided updated equipment quantities via Excel attachments. Bidders must acknowledge all amendments and utilize the updated device counts for pricing. Site visits were conducted in early February 2026.

People

Points of Contact

Janel N Tate-MontgomeryContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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