H312--H312 - Fire Extinguisher Inspection Services
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 Contracting Office (NCO 21), is conducting a Sources Sought to identify qualified contractors for Portable Fire Extinguisher Inspection, Testing, and Maintenance Services at the VA Pacific Islands Health Care Systems (VA PIHCS) on Oahu, Hawaii. This is for market research purposes only; no solicitation is currently available. Responses are due by February 13, 2026, at 4:00 PM PST.
Scope of Work
The services, as outlined in the draft Statement of Work (SOW), include comprehensive inspection, testing, and maintenance of portable fire extinguishers. Key tasks involve:
- Annual Inspections: Verifying location, accessibility, type, and condition per NFPA 10 standards.
- Maintenance & Testing: Performing annual, 6-year, and 12-year hydrostatic testing and recharging.
- Certification & Tagging: Applying service tags, maintaining records, and providing electronic reports.
- Deficiency Correction: Documenting and correcting issues, replacing defective parts.
- Recharging & Replacement: Recharging extinguishers according to manufacturer recommendations and NFPA 10, and replacing discharged or damaged units.
- Record Keeping: Maintaining a serialized list of maintenance performed and NFPA 10 compliance. Performance standards require 100% compliance with NFPA 10 and VHA fire directives, completion of inspections within 30 days of award, and zero overdue inspections, all without disrupting patient care.
Contract & Timeline
- Opportunity Type: Sources Sought
- NAICS Code: 541350 (Building Inspection Services)
- Small Business Size Standard: $11.5 Million
- Product Service Code: H312 (Inspection And Laboratory Services: Fire Control Equipment)
- Place of Performance: VA PIHCS locations on Oahu, including ACC, Parking Structure, CLC, E-Wing, VA Warehouse, and Windward CBOC in Honolulu, Hawaii.
- Period of Performance (Draft SOW): Base Year from March 13, 2026, to December 31, 2026. Specific services are required by March 31, 2026, and July 31, 2026.
- Applicable Wage Determination: WD 2015-5689 Revision No. 27 Dated 12-3-26.
- Response Due: February 13, 2026, at 4:00 PM PST.
- Published Date: February 10, 2026.
Response Requirements
Interested contractors must email their responses to Parmpreet Pannu at parmpreet.pannu@va.gov, referencing announcement number 36C26126Q0400. Responses must include:
- Company's Socioeconomic Status (e.g., small business, large business, SDVOSB).
- SDVOSB/VOSB registration status in veterans.certify.sba.gov (if applicable).
- Company legal name, UEI #, DUNS, and/or CAGE Code.
- Capabilities Statement with a list of similar Government and Commercial projects.
- Anticipated Teaming Arrangements (if any).
- Subcontracting plan demonstrating compliance with FAR 52.219-14 or VAAR 852.219-73/74 (if applicable).
- Government contract numbers (GSA/VA/SEWP/etc.), if applicable.
Additional Notes
Contractors must have current registration in SAM.gov. SDVOSB and VOSB firms must also be registered in veterans.certify.sba.gov and CVE at the time of quote submission. Failure to provide the requested information will result in a non-responsive submission. This is solely a Sources Sought announcement for information gathering and does not guarantee a contract award. No telephone calls will be accepted.