H312--NEW Fire Damper Inspection and Testing 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), specifically the Network Contract Office 12 (36C252), is soliciting proposals for Fire Damper Inspection and Testing Services at the Clement J. Zablocki Medical Center in Milwaukee, WI. This Unrestricted solicitation requires contractors to provide all necessary labor, materials, and equipment for the maintenance, inspection, cleaning, recalibration, and testing of fire, smoke, and combination fire/smoke dampers. Offers are due by July 5, 2026.
Scope of Work
The contractor shall provide comprehensive services for fire, smoke, and combination fire/smoke dampers, ensuring compliance with Joint Commission, NFPA, State, and Local Codes. Key tasks include:
- Physical inspection, cleaning, recalibration, and testing of all dampers.
- Replacement of compromised fusible links as per NFPA Code.
- Lubrication of moving parts and clearing debris from dampers.
- Coordination with the Contracting Officer's Representative (COR) for placing the fire alarm system in "test mode" when necessary.
- Documentation of testing with "before" and "after" digital photographs.
- Decommissioning of dampers based on current NFPA codes, if applicable.
- Provision of a final report detailing damper locations, ID numbers, pass/fail status, and digital photographs.
- Installation of access doors if existing access is insufficient.
- Compliance with VHA Directive 1192 (influenza vaccination or masking) and all facility security, privacy, and records management requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: Work to be completed within ninety (90) days of contract award.
- Estimated Value: Potential $25 Million (as indicated in SF 1449, Block 9).
- Set-Aside: Unrestricted.
- NAICS Code: 561621 – Security Systems Services (except Locksmiths), with a size standard of $25 Million.
- Published Date: April 21, 2026.
- Site Visit: Scheduled for April 28, 2026 (strongly suggested and expected).
- Questions Due: April 29, 2026.
- Offer Due Date: July 5, 2026.
Submission & Evaluation
Quotes must be submitted via email to debbie.bruening@va.gov by the solicitation due date. The email size limit is 7MB. Required submission items include:
- Completed Schedule of Supplies/Services and Prices/Costs.
- Completed SF 1449 blocks.
- An experience list.
- Proof of technical capability (technician experience and certifications).
- Documentation of code compliance. Offers will be evaluated using a comparative evaluation process based on Price, Technical Capability, and Experience.
Additional Notes
A site map of the Milwaukee VA Medical Center campus is provided to assist bidders with understanding the physical layout. A U.S. Department of Labor Wage Determination (WD 2015-4899 Rev-29 dated 12.03.2025) for Milwaukee County, WI, is attached, outlining minimum wage rates and fringe benefits for Service Contract Act compliance. Contractors must comply with VA facility requirements, including drug-free campus, no smoking, and weapon prohibition. Personnel will require background checks and PIV badges. All questions must be submitted in writing via email by the specified deadline.