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), Network Contracting Office 02, has issued a solicitation for comprehensive Fire Alarm System Maintenance, Repair, Inspection, Testing, and Upgrade services for the New York Harbor Healthcare System. This requirement covers three primary campuses: Manhattan, Brooklyn, and St. Albans. The procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 4, 2026.
Scope of Work
The contractor will provide all labor, materials, and equipment to ensure the operational reliability of fire alarm systems across multiple buildings. Key tasks include:
- Maintenance & Repair: Ongoing preventive maintenance and 24/7 emergency repair services for Notifier (Honeywell) and Edwards (EST) systems.
- Inspections & Testing: Annual and semi-annual safety inspections, including smoke detector sensitivity testing and voice evacuation intelligibility verification.
- System Upgrade: A specific requirement to upgrade the Edwards EST-3 fire alarm panel at the St. Albans Community Living Center (CLC).
- Monitoring: 24/7 continuous central station monitoring for all three locations.
- Technical Deliverables: Updating existing AutoCAD (.dwg) schematic diagrams and maintaining detailed service logs.
- Printer Installation: Installation and testing of VA-provided printers at all campuses (added via amendment).
Contract & Timeline
- Contract Type: Firm Fixed-Price (RFQ)
- Duration: One (1) Base Year (starting approx. February 2026) plus four (4) 12-month option years.
- Set-Aside: SDVOSB (FAR 19.14)
- Response Due Date: February 4, 2026, at 4:30 PM ET.
- Place of Performance: Brooklyn, Manhattan, and Jamaica (St. Albans), NY.
Evaluation Factors
Award will be made to the offeror providing the Best Value to the Government based on:
- Technical Capability: (10-page limit) demonstrating the ability to meet SOW requirements.
- Staff Qualifications: Technicians must be factory-trained for Notifier and Edwards systems and hold NICET Level I-IV certifications.
- Past Performance: References for similar work performed within the last five years.
- Price: Evaluated for the base year and all option periods.
Additional Notes
Recent amendments clarified device counts (approx. 2,000+ total devices across the system) and confirmed that existing AutoCAD files will be provided as a baseline for updates. Offerors must acknowledge all amendments in their final submission.