H341--Fire and Smoke Damper Repair
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) 8, is soliciting offers 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 Firm-Fixed-Price (FFP) contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated award amount is $11.5 Million. Offers are due by February 20, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide all necessary supplies, materials, equipment, labor, supervision, management, and transportation for comprehensive fire and smoke damper services. This includes:
- Identification and inventory of all fire and smoke dampers.
- Visual inspection and operational testing to ensure compliance with NFPA 80, NFPA 105, Joint Commission, and VHA life-safety requirements.
- Documentation of damper condition and compliance status.
- Minor corrective maintenance, such as cleaning, lubrication, adjustment, labeling, and securing access panels.
- Redline documentation of damper locations and room numbers.
- Support for decommissioning documentation of non-required dampers. Key deliverables include a Damper Inventory Log, Inspection and Test Results, Deficiency Report, Minor Maintenance Actions Performed, Redline Location Drawings, and a Compliance Certification Statement.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: From date of award through September 30, 2026.
- Estimated Value: $11.5 Million.
- NAICS Code: 541350 (Building Inspection Services).
Set-Aside & Eligibility
This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offerors must be registered and verified in the Small Business Administration (SBA) and System for Award Management (SAM.gov) to be eligible. Limitations on subcontracting apply, requiring the prime contractor to perform at least 50% of the contract amount.
Site Visit & Questions
- A site visit is scheduled for February 10, 2026, at 10:00 AM EST at the Lake City VA Medical Center (Entrance of Community Living Center (CLC) BLDG 82). Attendance is strongly encouraged but not mandatory.
- All questions must be submitted via email to Bernadette.Quevedo@va.gov no later than February 13, 2026, by 4:00 PM EST. Responses will be posted to SAM.gov.
Evaluation & Award
Offers will be evaluated using a comparative evaluation method to determine the best value to the Government. The factors, in descending order of importance, are:
- Technical Capability
- Past Performance
- Price The Government intends to make a single FFP award.
Submission Instructions
Offers must be submitted via email only to Bernadette.Quevedo@va.gov. Offers are due no later than February 20, 2026, by 4:00 PM EST.
Important Notes
Offerors must be actively registered in SAM.gov at the time of award. This solicitation incorporates applicable Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses.