H312--REQUEST FOR QUOTES KITCHEN HOOD FIRE SUPPRESSION SYSTEMS INSPECTION SERVICES PERRY POINT VAMC, BALTIMORE VAMC, LOCH RAVEN VAMC 36C24526Q0242
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 5 (36C245), has issued a Request for Quotes (RFQ) for Kitchen Hood Fire Suppression Systems Inspection Services. This opportunity seeks qualified contractors to provide bi-annual inspections, maintenance, and repair services for VA Medical Centers in Perry Point, Baltimore, and Loch Raven, Maryland. The goal is to ensure system operational reliability, reduce downtime, and comply with safety standards. Quotes are due by April 21, 2026, at 11:30 AM ET.
Scope of Work
The awarded contractor will be responsible for bi-annual inspections, preventive maintenance, and necessary repairs of kitchen hood fire suppression systems at the three specified VA facilities. This includes recharging systems according to manufacturer specifications and NFPA standards. Key deliverables also involve providing inspection reports to the Contracting Officer's Representative (COR). Personnel must be properly trained, qualified, and certified per NFPA 96, NFPA 1, NFPA 1750, and manufacturer-specific requirements, with acceptability by the Authority Having Jurisdiction (AHJ). Contractors must also implement a quality control plan and adhere to all applicable Federal, State, and local safety regulations.
Contract Details
This will be a Firm-Fixed-Price contract with a Base Year and four (4) Option Years. The base year is scheduled from May 1, 2026, to April 30, 2027, with option years extending the potential period of performance through April 30, 2031. This acquisition is designated as a Total Small Business Set-Aside. The Product Service Code is H312 (Inspection And Laboratory Services: Fire Control Equipment), and the NAICS code is 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance), which has a size standard of $12.5 Million.
Key Dates & Submission
- Mandatory Site Visit: April 14, 2026, at 10:30 AM ET at Perry Point VAMC.
- Questions (RFIs) Due: April 16, 2026, by 10:00 AM ET. Submit to david.cahill@va.gov.
- Quotes Due: April 21, 2026, by 11:30 AM ET. Submit to billie.pratt@va.gov.
- Primary Contact: Bill Pratt, Contracting Officer, Billie.Pratt@va.gov, 410-642-2411.
Evaluation Criteria
Proposals will undergo a comparative evaluation based on Technical Qualifications, Past Performance, and Price. Technical Qualifications and Past Performance combined are considered equal in importance to Price. Offerors must carefully review the Statement of Work (SOW) and Section E.2 (Supplemental Instructions to Quoters).
Important Notes
Bidders must account for the Service Contract Act (SCA) Wage Determinations (2015-4265 for Baltimore area and 2015-4215 for Cecil County/Perry Point) which establish minimum wage rates and fringe benefits for various occupations. Electronic submission of payment requests is required, with invoices submitted monthly, 30 days in arrears.