J012--Fire Alarm-Fire Suppression Services for the VA Salt Lake City, Utah Medical Center

SOL #: 36C25925Q0740Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 19 (36C259)
Greenwood Village, CO, 80111, United States

Place of Performance

Salt Lake City, UT

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Control Equipment (J012)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 10, 2026
2
Submission Deadline
Apr 23, 2026, 5:00 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 the VA Salt Lake City Health Care System, is seeking Fire Alarm and Fire Suppression Systems Monitoring, Inspection, Testing, Maintenance, and Repair (MITMR) Services. This is a Request for Quote (RFQ) for a firm-fixed price contract with a base year and four option years. The solicitation is open market unrestricted. Quotes are due by April 23, 2026, at 12:00 PM CST.

Scope of Work

The contractor will provide comprehensive MITMR services for fire alarm and fire suppression systems across 3 patient care and 27 support buildings at the VA Salt Lake City Health Care System. Key services include:

  • 24/7 monitoring and notification to first responders.
  • Scheduled inspections and testing (quarterly, semi-annual, annual) compliant with Joint Commission (TJC) and NFPA codes.
  • Preventive and unscheduled maintenance and repair, with specified response times (e.g., 2-hour for emergency after-hours, 72-hour for non-emergencies).
  • Database management and comprehensive reporting.
  • Identification and quoting of upgrades for outdated systems.
  • Device management including Unique Identifier (UID) assignment and Deficiency Notices (DNs). The contractor must be an authorized Siemens service representative for the Siemens Cerberus Modular Alarm System. Personnel require VA-issued badges and must complete VA Privacy and HIPAA training.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ #36C25925Q0740)
  • Contract Type: Firm-Fixed Price
  • Period of Performance: Base year (May 1, 2026 – April 30, 2027) plus four option years, not exceeding 5 years total.
  • Set-Aside: Open Market Unrestricted
  • NAICS Code: 561621 (Fire alarm sales combined with installation, repair, or monitoring services) with a $25 Million size standard.
  • Award Basis: All or Nothing Basis.

Submission Requirements

Offerors must submit quotes via email (4MB limit) by the deadline, including four volumes:

  1. Technical Capability: Demonstrate ability to meet SOW requirements, provide proof of Siemens authorization, technical documentation for communication procedures, and active Utah State Fire Marshal's (SFM) Concern License (Class H1 and H2) and technician certifications.
  2. Price: Complete the provided pricing schedule for the base year and all option years.
  3. Past Performance: A maximum of three recent (within 5 years) and relevant efforts (similar in nature, size, complexity). CPARS evaluations are preferred; otherwise, provide contract details, POCs, and work descriptions.
  4. VAAR 852.219-75 Certificate of Compliance: For Limitations on Subcontracting for Services and Construction.

Evaluation Criteria

The Government will award a contract to the most advantageous offer, considering price and other factors. Evaluation factors are:

  1. Technical capability or quality: Extent to which the offer meets/exceeds requirements. Offers not meeting technical capability will not be considered, regardless of price.
  2. Price: Evaluated by adding total line-item prices, including options. Price reasonableness will be determined.
  3. Past Performance: Assessed for relevancy to the SOW and performance confidence.

Key Dates & Contacts

  • Optional Site Visit: April 16, 2026, 9:00 AM MDT at VA Salt Lake City Healthcare System. Report to B6, Engineering Office. POC: Brian Treasure (801-582-1226, brian.treasure@va.gov).
  • Questions Deadline: April 21, 2026, 12:00 PM CST.
  • Quotes Due: April 23, 2026, 12:00 PM CST.
  • Submit Quotes To: thomas.parsons2@va.gov and john.cheng2@va.gov.
  • Primary Contact: John Cheng (Contracting Officer), John.Cheng2@va.gov, 303-712-5776.

People

Points of Contact

John ChengContracting OfficerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
J012--Fire Alarm-Fire Suppression Services for the VA Salt Lake City, Utah Medical Center | GovScope