H363--Fire Alarm and Sprinkler (MTI) 635-26-3-5006-0050
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 NETWORK CONTRACT OFFICE 19, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Fire Alarm and Sprinkler Maintenance, Testing, and Inspection (MTI) services. This Presolicitation notice indicates an upcoming Request for Quotation (RFQ) for comprehensive MTI services at the Oklahoma City VA Health Care System and Lawton/Ft. Sill VAMC's. The RFQ, identified as 36C25926Q0391, requires adherence to NFPA 72 and NFPA 25 standards. Quotes are due by April 17, 2026, at 10 AM CST.
Scope of Work
The contractor will provide comprehensive inspection, testing, troubleshooting, and maintenance services for fire alarm and fire sprinkler systems. Key requirements include:
- Compliance: Adherence to the latest code publications of NFPA 72 and NFPA 25, OSHA Regulations, VA Directives, and State of Oklahoma Regulations.
- Recurring Services: Quarterly, semi-annual, annual, and 5-year inspections, testing, and maintenance.
- Monthly Servicing: Investigation and troubleshooting of active trouble codes, supervisory signals, faults, and deficiencies on the main fire panel at OKC VAMC, with detailed summary reports.
- Reporting: Preparation of comprehensive summary reports detailing test types, results, and device locations, formatted for The Joint Commission.
- Deficiency Management: Provision of detailed deficiency lists with itemized quotes for corrections after each inspection cycle.
- Digital Inventory: Maintenance of a monthly digital inventory of fire panel issues.
- Personnel: Contractor personnel must be US nationals and undergo PIV badging (cost associated).
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A Base Year (May 1, 2026, to April 30, 2027) with five (5) option years, plus an optional 6-month final extension.
- Estimated Value: Approximately $11.5 Million for the total contract value.
- Locations: Oklahoma City VA Medical Center and Lawton Main 4303 (Ft Sill).
Submission & Evaluation
- Submission Deadline: April 17, 2026, at 10 AM CST.
- Submission Method: Email responses to orrellius.williams@va.gov.
- Required Documents: Completed SF 1449 (page 1), completed Price Schedule, and proof of relevant experience. Vendors must include their SAM unique ID number.
- Evaluation Factors: Price, SDVOSB/VOSB status (including Limitations on Subcontracting certificate), and Technical Capability (proof of relevant experience with Fire Alarm Testing and Inspections).
- Evaluation Approach: Comparative evaluation based on price and other factors, aiming for the best overall value to the Government.
- Questions Deadline: Questions from vendors must be received by April 17, 2026, 10:00 AM CST.
Eligibility
This acquisition is a Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified SDVOSBs listed in the SBA certification database at the time of offer. Limitations on Subcontracting apply, requiring the SDVOSB prime contractor to perform at least 50% of the contract.
Contact
For inquiries, contact Orrellius Williams, Contract Specialist, at orrellius.williams@va.gov or 918-252-8812.