Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
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), specifically the Network Contract Office 7 (36C247), is soliciting proposals for the replacement and upgrade of fire alarm systems at the Central Alabama Veterans Health Care System, East Campus, Tuskegee, AL. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity addresses obsolete fire alarm infrastructure across multiple buildings. Proposals are due May 1, 2026, by 1:00 PM CST.
Scope of Work
This project, identified as Project No. 619A4-23-103, involves the replacement and upgrade of fire alarm systems in Buildings 14, 15, 65, 68, 88, 90, and 93. The scope includes addressing an obsolete fire alarm fiber optic network and an antiquated Graphical Command Center (GCC) to mitigate significant safety risks. Work must adhere to detailed project drawings and specifications, encompassing labor, materials, equipment, and supervision. For additional buildings (2, 3, 3A, 4, 4A, 5, 83, 120, and 129), the scope is limited to replacing existing annunciators and associated cabling. The required fire alarm system manufacturer is JCI/SIMPLEX, with "or approved equal" not accepted. The project also includes asbestos abatement, lead-based paint considerations, and adherence to specific construction standards for various building components.
Contract Details
- Contract Type: Firm Fixed Price Construction
- Estimated Magnitude: Between $10,000,000.00 and $25,000,000.00
- Period of Performance: 30 months (912.5 calendar days) from Notice to Proceed
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in SBA's database and registered in SAM.gov. Compliance with VAAR 852.219-75 (Limitations on Subcontracting) is mandatory, requiring general construction contractors to pay no more than 85% of the contract amount to non-SDVOSB/VOSB firms.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 million
- Product Service Code: Z1DA (Maintenance Of Hospitals And Infirmaries)
Submission & Evaluation
Proposals must be submitted electronically via email to the addresses specified on page 1, block 8 of the solicitation. The subject line must include "Company Name, RFP number, Project Title." File size is limited to 10 MB per email. Evaluation will be based on Past Performance and Price, with Past Performance being significantly more important. Offerors must submit 1-3 references and an Experience Modification Rate (EMR) form; an EMR greater than 1.0 may lead to disqualification. A Bid Bond (20% of proposal price, not to exceed $3,000,000) is required, along with Performance and Payment Bonds for awards exceeding $150,000. The government's acceptance period for offers is 120 calendar days.
Key Dates & Requirements
- Proposal Due Date: May 1, 2026, by 1:00 PM CST
- Site Visit: A site visit was scheduled for March 12, 2026, at 10:00 AM CST.
- RFIs: Requests for Information were due by March 19, 2026. Official RFI responses have been provided via amendments.
- Personnel Security: Contractor personnel require security screenings, including fingerprinting and background investigations. Forms such as the Contractor Background Investigation Request Form, OF 306, and SAC Form are required, with PIV badges mandatory for on-site work.
- Invoicing: All invoices must be submitted electronically via the Tungsten Network e-Invoicing system.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates (AL20260078) is required.