J063--FY26 | Fire Alarm Service and Upgrade | Base +4

SOL #: 36C24226Q0336Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

New York, 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
Mar 27, 2026
2
Submission Deadline
Apr 10, 2026, 7:00 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 New York Harbor Healthcare System, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Fire Alarm System Service and Upgrade (J063) at its Brooklyn, Manhattan, and St. Albans facilities. This combined synopsis/solicitation (RFQ) covers comprehensive maintenance, repair, safety inspections, and testing. Quotes are due by April 10, 2026, at 3:00 PM ET.

Scope of Work

The contractor will provide management, supervision, labor, parts, materials, and tools for the complete fire alarm system, including:

  • Inspections & Testing: Annual, semi-annual, quarterly inspections, and 2.5-year smoke detector sensitivity testing.
  • Monitoring: 24/7 continuous central monitoring for all three locations.
  • Maintenance & Repairs: Routine maintenance, emergency repairs (with specific response times: 4-hour for Priority 1, 8-hour for Priority 2, 3-day for Priority 3), and one-time replacement of all fire alarm panel batteries.
  • Documentation: Create and maintain inventory and schematic diagrams, provide detailed device-level annual test results, and maintain service logbooks.
  • Equipment: Service various fire alarm systems including Notifier by Honeywell (ONYX Series), Edwards EST-3/EST-4, and Notifier Pittway Company models.
  • Compliance: Adherence to NFPA 70, 72, 90, 101, IBC, IFC, UL 268, 864, and ADA standards.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 561621 (Security Systems Services), $25.0 million size standard
  • PSC: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
  • Period of Performance: One Base Year (May 1, 2026 - April 30, 2027) and four 12-month option years.
  • Place of Performance: VA New York Harbor Healthcare System campuses in Brooklyn, Manhattan, and St. Albans, NY.

Key Requirements & Qualifications

Contractor technicians must be factory trained and currently certified for the specific fire alarm operating systems (Honeywell Notifier and Edwards EST). NICET Level 1-IV certification is required, with CFAT/CFAD recommended. NFPA 72 and OSHA 10 or 30-hour certifications are also mandatory. Contractors must demonstrate 5-7 years of experience on similar projects in federal or healthcare facilities. A Quality Control Program is required.

Submission Requirements

Offerors must submit:

  • A technical capability statement (max 10 pages) detailing approach, proof of training/certifications, and 5-7 years of relevant experience.
  • Three recent and relevant contract references (at least two as prime/subcontractor) with detailed information and points of contact.
  • A completed Price/Cost Schedule (excluding "Parts for Repairs") and Battery Price Schedule.
  • Acknowledgment of solicitation amendments and a completed VAAR 852.219-75 Certificate of Compliance.
  • A statement regarding acceptance of terms and conditions.

Evaluation Criteria

Award will be based on a comparative evaluation of quotes, considering:

  1. Technical Capability: Assessed based on the submitted capability statement and demonstrated ability to meet requirements.
  2. Past Performance: Evaluated using provided references, CPARS, and other available information.
  3. Price: Total evaluated price includes the basic requirement and all options. Unbalanced option prices may lead to rejection. "Parts for Repairs" will be priced separately as needed.

Important Dates & Contacts

  • Questions Due: April 6, 2026, 2:00 PM ET.
  • Site Visit: Optional site visits are scheduled for St. Albans (April 1, 2026, 1:00 PM), Manhattan (April 2, 2026, 1:00 PM), and Brooklyn (April 3, 2026, 10:00 AM). Interested vendors must email Contract Specialists Chris Weider (Christopher.Weider@va.gov) and Nate Northrup (Nathan.Northrup@va.gov), plus facility POCs, by March 31, 2026, 12:00 PM ET to attend.
  • Quotes Due: April 10, 2026, 3:00 PM ET.
  • Submission Email: Christopher.Weider@va.gov.
  • Primary Contact: Christopher Weider, Contract Specialist (Christopher.Weider@va.gov).

People

Points of Contact

Christopher WeiderContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
J063--FY26 | Fire Alarm Service and Upgrade | Base +4 | GovScope