J065--3A Alert System & Maintenance in support of the Central Iowa VA Healthcare System
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 Contract Office 23, has issued a Combined Synopsis/Solicitation (RFQ 36C26326Q0422) for the 3A Alert System & Maintenance in support of the Central Iowa VA Healthcare System. This 100% Total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside seeks a contractor to install and maintain an emergency notification system for the Mental Health unit. Quotes are due March 18, 2026, by 10:00 AM CST.
Scope of Work
The requirement is for the installation and implementation of a comprehensive, brand-name or equal Alertus Emergency Notification System (ENS). This system must enhance emergency communication capabilities within the Mental Health unit at 3600 30th St., Des Moines, IA. Key deliverables include:
- A core alarm notification system capable of sending multi-platform alerts, integrating with existing VA systems, and supporting text, audio, and visual alerts.
- Implementation services covering site survey, system design, installation, configuration, testing, validation, and user training.
- Ongoing maintenance services, including NFPA 72-compliant annual testing and inspection, two emergency service visits per year, an extended warranty, and onsite maintenance.
- Provision of a minimum of 10 Mobile Wi-Fi Enabled Panic Buttons, one Mounted Wi-Fi enabled duress button, and at least 20 Desktop Notification Software Licenses. All software must meet VA enterprise risk analysis (ERA) standards.
- A floor plan document is provided to aid in understanding the physical space requirements.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, with four subsequent option years.
- Set-Aside: 100% Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a $34 Million size standard.
Submission & Evaluation
- Technical Questions Due: March 9, 2026, by 10:00 AM CST. Submit via email to Marie Weathers at marie.weathers@va.gov.
- Quotes Due: March 18, 2026, by 10:00 AM CST. Submit via email to marie.weathers@va.gov in Microsoft Word or Adobe .pdf format.
- Eligibility: Offerors must be registered and current in the System for Award Management (SAM) database and the Veteran Small Business Certification (VetCert) portal at the time of offer.
- Evaluation Factors: Technical capabilities, Past Performance (requiring 3 references), and Price. FAR provisions 52.212-1, 52.212-2, and FAR clause 52.212-4 apply.