H341--Fire and Smoke Damper Inspection
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 Contract Office 8, is soliciting proposals for Fire and Smoke Damper Inspection, Testing, Documentation, and Minor Corrective Maintenance Services at the Lake City VA Medical Center, Lake City, FL. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity.
Scope of Work
The contractor will provide all necessary supplies, materials, equipment, labor, supervision, management, and transportation for the inspection, testing, documentation, and minor corrective maintenance of fire and smoke dampers in Buildings 64 and 82. Services must ensure compliance with NFPA 80, NFPA 105, Joint Commission, and VHA life-safety requirements.
Key requirements include:
- Identification, inventory, visual inspection, and operational testing of all dampers.
- Documentation of damper condition and compliance status.
- Minor corrective maintenance (cleaning, lubrication, adjustment, labeling) that does not alter building structure.
- Redline documentation of damper locations and room numbers.
- Support for decommissioning documentation of non-required dampers.
- Installation of non-structural access doors and removal/reinstallation of ceiling tiles/access panels as needed.
Deliverables include a Damper Inventory Log, Inspection and Test Results, Deficiency Report, Minor Maintenance Actions Performed, Redline Location Drawings, and a Compliance Certification Statement (hard copy and electronic PDF).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) service contract.
- Period of Performance: Base period from February 20, 2026, to September 30, 2026.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in the SBA database and actively registered in SAM.gov. Limitations on subcontracting (50% for services) apply.
- Offer Due Date: February 13, 2026, by 4:00 PM EST.
- Site Visit: February 4, 2026, at 11:00 AM EST at the Lake City VA Medical Center (attendance encouraged).
- Questions Due: February 5, 2025, by 4:00 PM EST (submit via email to Bernadette.Quevedo@va.gov).
Evaluation
Award will be made to the responsible offeror whose proposal represents the best value to the Government. Evaluation factors, in descending order of importance, are:
- Technical Capability
- Past Performance
- Price
Additional Notes
Offers must be submitted via email only to Bernadette.Quevedo@va.gov. The NAICS code for this opportunity is 541350 (Building Inspection Services). Payment will be made via Electronic Funds Transfer (EFT) after satisfactory completion of the job. Wage Determination No: 2015-4579, Revision No. 31 is applicable.