J063 - Upgrade Fire Alarm System , VA Black Hills Health Care System - Fort Meade Campus
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), Black Hills Health Care System - Fort Meade Campus, is issuing a presolicitation for an upcoming Invitation for Bids (IFB) to upgrade its campus-wide Fire Alarm System (Project 568-24-106) in Fort Meade, South Dakota. This is a Total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated construction magnitude between $2,000,000 and $5,000,000. The IFB is planned for release on or about February 12, 2026.
Opportunity Details
- Agency: Department of Veterans Affairs, Network Contracting Office 23 (NCO 23)
- Project Title: Upgrade Fire Alarm System, VA Black Hills Health Care System - Fort Meade Campus (Project 568-24-106)
- Location: Fort Meade, South Dakota
- Type: Presolicitation for a single, firm fixed-price construction contract.
- NAICS: 238210, Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $19 million.
Scope of Work
The project requires a comprehensive upgrade to the existing campus-wide Fire Alarm System. All system components and devices must be 100% compatible with the most current Johnson Controls, Inc. Simplex Fire system available. Construction includes, but is not limited to, demolition, replacement/installation of computers, fire alarm panels, and various fire alarm devices; electrical work; pulling fiber; updating graphical maps; and repairing finishes (e.g., painting, ceiling tiles, grass). The contractor will be responsible for providing all necessary tools, materials, equipment, labor, and supervision.
Contract & Timeline
- Contract Type: Single, firm fixed-price contract.
- Period of Performance (PoP): 670 calendar days from the issuance of a Notice to Proceed (NTP). This PoP includes an approximately three-month period immediately following award for contractor/subcontractor background investigations, fingerprinting, badging, and required training.
- IFB Release: Planned on or about February 12, 2026.
- Award Date: Anticipated within 60 calendar days from the bid opening date.
- Estimated Bid Due Date: April 2, 2026 (from metadata; exact date to be confirmed in IFB).
- Published Date: January 29, 2026.
Eligibility & Set-Aside
- Set-Aside: This is a Total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
- Requirements: Bidders must be registered and certified as an SDVOSB in either SBA’s Small Business Search tool or SAM.gov at the time of bid submission. Bidders must also represent as a small business under the assigned NAICS code. All prospective bidders must have a Unique Entity Identifier (UEI) and be registered and active in SAM.gov. The eventual awardee will also need a current Department of Labor VETS 4212 filing, if applicable.
Submission & Inquiries
The IFB Solicitation, including all bid documents, specifications, and drawings, will be available for download exclusively on SAM.gov Contract Opportunities. Interested bidders are responsible for obtaining all documents and monitoring SAM.gov for any amendments. Questions must be submitted in writing via email to John Breyer, Contract Specialist, at john.breyer@va.gov. No telephone inquiries will be answered. This notice is for informational purposes only and is not a request for bids.