J063--Fire Alarm Service and Upgrade
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) has announced that the solicitation for Fire Alarm Service and Upgrade (Solicitation #36C24226Q0191) for the New York Harbor Healthcare System resulted in no award. The VA may resolicit this requirement at a later date. This notice serves to inform all offerors/bidders of this outcome.
Original Opportunity Overview
This opportunity, originally a Combined Synopsis/Solicitation set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), sought comprehensive maintenance, repair, safety inspection, testing, and upgrade services for fire alarm systems. The requirement covered VA facilities in Brooklyn, Manhattan, and St. Albans, NY.
Original Scope of Work
The scope included ongoing maintenance, repair, and component replacement; annual and semi-annual safety inspections and testing of all fire alarm system components (smoke detectors, heat detectors, pull stations, notification appliances, etc.); and a specific upgrade of the Edwards EST-3 fire alarm panel at the St. Albans Community Living Center. Services also encompassed programming updates, 24/7 continuous central monitoring for all three locations, detailed reporting, and emergency response. Technicians were required to be factory-trained and certified for specific systems (e.g., Notifier 2020, Edwards EST-3), holding certifications such as NICET Level 1-IV, NFPA 72, and OSHA 10/30-hour. Compliance with various federal and VA standards (NFPA 70, 72, 90, 101; IBC; IFC; UL 268, 864; ADA) was mandatory.
Original Contract Details
- Type: Request for Quotation (RFQ)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561621 (Security Systems Services), Size Standard: $25.0 million
- Period of Performance: One (1) Base Year (February 1, 2026 – January 31, 2027) with Four (4) 12-month option years, extending through January 31, 2031.
Original Submission & Evaluation
The final submission deadline was extended to February 4, 2026, at 4:30 PM ET. Required submissions included a technical capabilities statement, staff qualifications, past performance references, VAAR 852.219-75 Certificate of Compliance, and price submission. Evaluation factors were Technical Capability, Past Performance, and Price, with award to the most advantageous offer.
Current Status & Action
This solicitation has resulted in no award. Interested parties should monitor SAM.gov for any future resolicitation of this requirement.
Contact Information
Primary Point of Contact: Christopher Weider, Contract Specialist, Christopher.Weider@va.gov, (716) 862-7461 x22470.