Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93

SOL #: 36C24726R0028Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Tuskegee, AL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Dec 5, 2025
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 30, 2026, 6:00 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 NETWORK CONTRACT OFFICE 7 (36C247), has issued a Solicitation (RFP 36C24726R0028) for a Firm Fixed-Price Construction contract to replace and upgrade the fire alarm systems in Buildings 14, 15, 65, 68, 88, 90, and 93 at the Central Alabama Veterans Health Care System, East Campus, Tuskegee, AL. This project addresses obsolete fire alarm infrastructure, including the fiber optic network and Graphical Command Center (GCC), which pose significant safety risks. The estimated magnitude of construction is between $10,000,000 and $25,000,000. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 30, 2026, by 1:00 PM CST.

Scope of Work

The project, identified as Project No. 619A4-23-103, involves the comprehensive replacement and upgrade of fire alarm systems, including panels, devices, and wiring. Key deliverables include:

  • Installation of new fire alarm systems and associated infrastructure.
  • Replacement of the obsolete fire alarm fiber optic network and antiquated Graphical Command Center (GCC).
  • Ensuring campus-wide voice/alarm functionality, including mass notification capabilities.
  • Installation of new underground fiber optic communication lines to create an integrated communication loop.
  • Adherence to detailed specifications and drawings, including requirements for asbestos abatement, door hardware, metal framing, gypsum, acoustical ceilings, resilient base, painting, and electrical installations (Division 26).
  • The specified fire alarm system manufacturer is JCI/SIMPLEX.
  • Compliance with NEC, NFPA, UL, TIA/EIA, and BICSI standards, including a 30-day "burn-in" period.

Contract Details & Timeline

  • Contract Type: Firm Fixed Price Construction.
  • Estimated Magnitude: $10,000,000 to $25,000,000.
  • Period of Performance: 365 calendar days from Notice to Proceed.
  • Response Due: March 30, 2026, by 1:00 PM CST.
  • Government Acceptance Period: 120 calendar days.
  • Site Visit: March 12, 2026, at 10:00 AM CST.
  • Requests for Information (RFIs) Due: March 19, 2026, by 1:00 PM CST.

Eligibility & Set-Aside

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be:

  • Certified and listed in the SBA certification database (certifications.sba.gov).
  • Registered in SAM.gov at the time of submission.
  • Comply with VAAR Clause 852.219-75, "Limitations on Subcontracting," which requires certification that specific percentages of the contract amount will not be paid to non-SDVOSB/VOSB firms (e.g., 85% for general construction, 75% for special trade construction).
  • An Experience Modification Rate (EMR) greater than 1.0 may disqualify the offeror.

Submission & Evaluation

Proposals must be submitted electronically via email to the addresses specified on page 1, block 8 of the solicitation, with the subject line "Company Name, RFP number, Project Title." Evaluation will be based on Past Performance and Price, with Past Performance being significantly more important. Required submissions include:

  • 1-3 references for Past Performance Questionnaire (Attachment 3).
  • Completed Experience Modification Rate Form (Attachment 1) with OSHA 300/300a forms.
  • Completed VA Notice of Limitations on Subcontracting (Attachment 2).
  • Detailed Itemized Cost Breakdown (Attachment 4).
  • Offer guarantee and Bid Bond (20% of proposal, max $3M). Performance and Payment Bonds are required for awards exceeding $150,000.
  • Bidders must adhere to DBA Wage Rates (Attachment 5) and use the mandated electronic invoicing system (Tungsten Network, Attachment 6).

People

Points of Contact

Joseph OsbornPRIMARY
Joyce PowersSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Pre-Solicitation
Posted: Dec 5, 2025
View
Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93 | GovScope