H312--Fire Damper Inspections and Certification
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 James A. Haley Veterans Hospital (JAHVH) in Tampa, FL, is soliciting quotes for Fire Damper Inspections and Certification. This is an Unrestricted opportunity for Full and Open Competition. Quotes are due by February 17, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for Combination Fire and Smoke Damper Inspection and Certification services at the JAHVH facility located at 13000 Bruce B. Downs Blvd., Tampa, FL 33612-4745. Services include inspection and certification of Fire Dampers, Smoke Dampers, and Combination Fire and Smoke Dampers. Offerors must provide a brief detailed plan (max 10 pages) demonstrating a full understanding of the Performance Work Statement (PWS) and their technical/management approach. Additionally, offerors must provide qualifications/certifications detailing successful experience in the industry.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Unrestricted (Full and Open Competition)
- NAICS Code: 541350 - Building Inspection Services (Small Business Size Standard: $11.5 Million)
- PSC: H312 - Inspection - Fire Control Equipment
- Contract Type: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors.
- Quote Validity: Quotes must be valid for 90 days.
- Eligibility: All qualified businesses are invited to respond. Service-Disabled Veteran Owned Small Businesses (SDVOSB) must be verified in VetCert. All offerors must be registered in SAM.gov.
Submission & Evaluation
Quotes must be submitted as one combined PDF document via email to Walida.MooreSaintil@va.gov by the deadline. Responses are on an "all or none" basis. Evaluation Factors:
- Technical Acceptability: Assesses a sound, compliant approach meeting PWS requirements and demonstrating thorough understanding. Includes technical/management approach and contractor qualifications.
- Past Performance: Evaluated based on CPARS, customer surveys, or other reasonable bases. A neutral rating will be given if no record is found.
- Price: Submitted on the vendor's own form, including all line-item prices and options. The Government will use a Comparative Evaluation process (FAR 13.106-2(b)(3)) to determine the best value.
Important Dates & Contact
- Questions Due: February 13, 2026, 10:00 AM EST
- Quote Submission Deadline: February 17, 2026, 10:00 AM EST
- Point of Contact: Walida Moore-Saintil, Contract Officer, Walida.MooreSaintil@va.gov. No phone calls will be accepted.
Additional Notes
Offerors must include a statement regarding the acceptance of terms and conditions or list exceptions with rationale. Required attachments include the PWS, MECH Floor Plans, and VA Webform 10091. The MECH Floor Plans document provides crucial legends and notes for interpreting mechanical drawings. The VA Webform 10091 instructions detail the process for vendor payment enrollment via the Customer Engagement Portal (CEP) and ID.me registration.