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), Network Contract Office 10, is soliciting proposals for Fire Alarm & Suppression System Testing and Maintenance Services for the VA Northern Indiana Healthcare System (VANIHCS) at its Marion and Fort Wayne campuses. This acquisition is a Total Small Business Set-Aside. Offers are due by February 18, 2026, at 09:00 EST.
Scope of Work
The contractor will provide comprehensive testing, diagnosis, and repair services for fire alarm and sprinkler systems. This includes:
- 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, including wet and dry systems, antifreeze systems, and riser testing.
- Inspections/Tests: Annual, semi-annual, and quarterly inspections and testing of various components such as fire alarm systems, 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 and testing, 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 contract.
- Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four (4) one-year option periods.
- Set-Aside: Total Small Business.
- NAICS Code: 561621 – Alarm system monitoring services, with a size standard of $25 Million.
Submission & Evaluation
- Offers Due: February 18, 2026, 09:00 EST.
- Submission Requirements: Signed SF1449, completed price schedule, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance, and all certifications listed within the Statement of Work.
- Eligibility: Offerors must be actively registered in SAM.gov with NAICS code 561621.
- Evaluation Factors: Award will be based on the best value to the Government, considering Price and Past Performance, utilizing FAR Part 12 comparative analysis. The Government reserves the right to award without discussions.
Key Dates
- Questions Due: February 2, 2026, 09:00 AM EST (via email to Janel.Tate-Montgomery@va.gov).
- Optional Site Visits: Conducted on February 3, 2026 (Fort Wayne) and February 4, 2026 (Marion).
- Offers Due: February 18, 2026, 09:00 EST.
Additional Notes
This solicitation has undergone several amendments. Amendment 0005, posted on February 12, 2026, extended the offer deadline and changed the set-aside from Service-Disabled Veteran-Owned Small Business to Total Small Business. Various attachments, including updated quantity spreadsheets, fire extinguisher inventories, fire damper test reports, and hood information, are available on SAM.gov. Offerors are responsible for reviewing all amendments and attachments.