J063--Fire Alarm Service and Upgrade

SOL #: 36C24226Q0191Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Brooklyn, NY

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Feb 4, 2026, 9:30 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), Network Contract Office 02, is soliciting proposals for Fire Alarm Service and Upgrade for the VA New York Harbor Healthcare System. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity covers comprehensive maintenance, repair, inspection, testing, and system upgrades across facilities in Brooklyn, Manhattan, and St. Albans, NY. The solicitation response deadline has been extended to February 4, 2026, at 4:30 PM ET.

Scope of Work

The contractor will provide comprehensive services for fire alarm systems, including:

  • Maintenance & Repair: Ongoing maintenance, repair, and component replacement to ensure systems operate as specified.
  • Inspections & Testing: Annual safety inspections and testing of all fire alarm system components, including smoke detectors, heat detectors, pull stations, notification appliances, and interfaces (HVAC shutdown, elevator recall). Smoke detector sensitivity testing must be performed annually. Semi-annual inspections for specific line items have been reduced to one per option period.
  • System Upgrade: Upgrade the Edwards EST-3 fire alarm panel at the St. Albans Community Living Center (CLC) to the current Edwards EST version.
  • Monitoring: Provide 24/7 continuous central monitoring for Brooklyn, St. Albans, and Manhattan locations. FDNY filing is required for monitoring central station changes.
  • Emergency Response: Offer 24/7 emergency response services with defined on-site response times.
  • Reporting & Documentation: Provide detailed inspection/testing reports, deficiency summaries, maintain service logbooks, and create/maintain schematic diagrams. As-built drawings for Manhattan and St. Albans will be provided at award.

Key Requirements & Qualifications

Technicians must be factory-trained and certified for specific systems (Notifier 2020, Edwards EST-3) and hold NICET Level 1-IV, NFPA 72, and OSHA 10/30-hour certifications. CFAT/CFAD certifications are highly recommended but not mandatory. Services must comply with all applicable Federal Codes (NFPA 70, 72, 90, 101; IBC; IFC; UL 268, 864; ADA) and VA standards. The Manhattan campus utilizes both Notifier and Simplex systems.

Contract Details & Timeline

  • Contract 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 16, 2026 – February 14, 2027) with Four (4) 12-month option years, extending through February 14, 2031.
  • Submission Deadline: February 4, 2026, 4:30 PM ET.
  • Questions Period: Now closed.
  • Evaluation Factors: Technical Capability, Past Performance, and Price. Award will be made to the most advantageous offer.

Submission Instructions

Proposals must be emailed to Christopher.Weider@va.gov with the subject RFQ 36C24226Q0191. Required submissions include a technical capabilities statement (max 10 pages), relevant staff qualifications, past performance references, VAAR 852.219-75 Certificate of Compliance, and price submission. Quotes for unforeseen repairs must include an annual labor rate; detailed cost estimates for parts/materials will be required after award.

People

Points of Contact

Christopher WeiderContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 6Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 13, 2026
View
Version 1
Sources Sought
Posted: Dec 8, 2025
View