H312--NEW Fire Damper Inspection and Testing Services

SOL #: 36C25226Q0391Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Milwaukee, WI

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Inspection And Laboratory Services (Except Medical/Dental): Fire Control Equipment (H312)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Apr 21, 2026
2
Last Updated
Apr 21, 2026
3
Response Deadline
May 7, 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), specifically 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 is an UNRESTRICTED acquisition for a Firm Fixed Price contract, with a potential value of $25 Million. Offers are due July 5, 2026.

Scope of Work

The contractor shall provide all labor, materials, tools, management, travel, and equipment necessary for the maintenance, physical inspection, cleaning, recalibration, and testing of fire, smoke, and combination fire/smoke dampers. This work must comply with Joint Commission, NFPA, State, and Local Codes. Key requirements include:

  • Inspect, clean, recalibrate, and test dampers.
  • Replace compromised fusible links per NFPA Code.
  • Lubricate moving parts and clear dampers of debris.
  • Coordinate with the COR to place the fire alarm system in "test mode" if necessary.
  • Document testing with "before" and "after" digital pictures.
  • Decommission dampers based on current NFPA codes, if applicable.
  • Provide a final report including damper locations, ID numbers, pass/fail status, and digital photographs.
  • Install access doors if existing access is insufficient.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: Work to be completed within ninety (90) days of contract award.
  • Estimated Value: Potential value of $25 Million (per SF 1449, Block 9).
  • Set-Aside: UNRESTRICTED (as per SF 1449, Box 10).
  • NAICS Code: 561621 – Security Systems Services (except Locksmiths); Size Standard: $25 Million.
  • Place of Performance: Clement J. Zablocki VA Medical Center, Milwaukee, WI.

Submission & Evaluation

  • Offers Due: July 5, 2026.
  • Submission: Quotes must be submitted via email to debbie.bruening@va.gov (email size limit 7MB).
  • Required Items: Completed Schedule of Supplies/Services and Prices/Costs, SF 1449 blocks, experience list, technical capability proof (technician experience and certifications), and documentation of code compliance.
  • Evaluation Factors: Price, Technical Capability, and Experience, using a comparative evaluation process.
  • Site Visit: Strongly suggested and scheduled for April 28, 2026.
  • Questions Due: April 29, 2026, submitted in writing via email.

Additional Notes

  • Contractors must comply with VHA Directive 1192 (influenza vaccination or masking), facility security, privacy, and records management requirements. Personnel require background checks and PIV badges.
  • A Wage Determination (WD 2015-4899 Rev-29) for Milwaukee County, WI, is attached, outlining minimum wage rates and fringe benefits under the Service Contract Act.
  • A site map of the Milwaukee VA Medical Center campus is provided to assist with understanding the physical layout.

People

Points of Contact

Debbie BrueningContracting SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Apr 21, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 21, 2026