J012--NEW FIRE SYSTEM REPAIR/REPLACE
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.
NOTICE OF INTENT TO SOLE SOURCE:
Â
The Department of Veterans Affairs Administration, Network Contracting Office 6 (NCO 6), intends to award a sole source, firm-fixed-price, contract to Optimum Low Voltage for Fire Systems repairs needed to the fire system at various buildings throughout the Hampton VAMC campus. Repairs were identified during routine maintenance/servicing of the fire system. Optimum Low Voltage holds the current contract for maintenance/service of the Hampton fire suppression system in support of the Facility Management Engineering Department located at:
Hampton VAMC
100 Emancipation Drive
Hampton, VA 23667
This contract action is for products and services for which the Government intends to solicit from only one source under the authority of FAR 12.1 (Acquisition of Commercial Products and Commercial Services). Interested parties may identify their interest and capability to respond to the requirement.
Â
NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard: $12.5 Million.
Classification Code: J012 (Main/Repair/Rebuild of Equipment Fire Control Equipment)
Proposed Intent to Sole Source Number: 36C24626Q0248
Closing Response Date: January 21, 2026
Period of Performance: Base Only
Description:
Fire Systems Repair/Replace Services for the Hampton VA Medical Center to Include:
a. Service/maintenance of the building 110 fire systems: replace sprinkler heads, water flow switch, and maintenance on air compressor.
Contractor shall provide all labor, materials, tools and equipment to perform testing, maintenance, cleaning and calibration of all Fire System components in accordance with the latest edition of National Fire Protection Association (NFPA) 72.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS
Order to include the following:
Â
Item Number
Description
Quantity
Unit
0001
67-17 Bldg 13 Duct Detector Replacement
1
JB
0002
67-24 Bldg 146 Sprinkler Repairs
1
JB
0003
67-25 Bldg 17, 48, 83 Tamper Switch
1
JB
0004
67-26 Bldg 13, 14, & 15 Tamper Switch Replacement
1
JB
0005
67-27 Bldg 44 Replace 5 Sprinkler Heads
1
JB
0006
67-29 Bldg 173 Repl. Post Indicating
Valve Site Glasses, Repl PIV Tamper
Switch Mount Head Cabinet
1
JB
0007
67-30 Bldg 10 Install 4" Kennedy
OS&Y
1
JB
0008
67-31 Bldg 27 Repl PIV Tamper and
Repl Upright Sprinkler Heads
1
JB
0009
67-41 Bldg 35 & 36 Maintenance 1 air
Compressor. Repl Valve
1
JB
0010
67-42 Bldg 114 Repl Packing 6"
OS&Y, Repl Pendent Sprinkler Head, Dry
Type Sprinkler Heads
1
JB
0011
67-43 Bldg 7 Repl. Packing OS&Y &
Maintenance on Air Compressor
1
JB
0012
67-44 Bldg 148T Install Escutcheon,
Repl OS&Y Tamper Switch, Repl Waterflow Switch
1
JB
0013
67-46 Bldg 43 Repl Pendent
Sprinkler Heads (Approx 150)
1
JB
0014
67-47 Bldg 148, A, B, C, D Repl
(approx 700) Upright Sprinkler Heads &
8 Dry Sidewalls, Repl Water Flow Switch
1
JB
0015
67-48 Bldg 110A, B, C, & D Rebuild
Backflow Preventer, Repl PIV Tamper
Switch, Relief Valve on Fire Pump,
Hose Valve, Drain Valves, OS&Y Tamper
Switch, Packing OS&Y, & Butterfly Valve
1
JB
0016
67-63 Bldg 27 Replace 12 Upright
Sprinkler Heads
1
JB
0017
67-68 Bldg 110 Emergency Service 11/25
1
JB
0018
67-71 Kitchen Hood Repairs
1
JB
0019
67-72 Bldg 110 Fire Alarm Repairs
1
JB
0020
Future emergency repairs
1
JB
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Government will not be responsible for any costs associated with the preparation of responses to this notification.
All inquiries and submittals must be sent via email to Ruth Morris, Contracting Specialist, at ruth.morris@va.gov on or before 01-21-2026 at 10:00 am EDT, and ensure that the subject line includes Solicitation no. 36C24626Q0248.
Telephone inquiries will not be accepted.