H142--Amendment| Lyons Fire Protections Systems ITM/Repair|Answer Solicitation Questions

SOL #: 36C24226Q0339Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Lyons New Jersey, New Jersey

NAICS

Plumbing (238220)

PSC

Quality Control Services: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (H142)

Set Aside

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

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Mar 31, 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), Network Contract Office 02, has issued a Combined Synopsis/Solicitation (RFQ 36C24226Q0339) for Fire Protection Systems Inspection, Testing, and Maintenance (ITM) services at the VA New Jersey Healthcare System, Lyons Campus. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by March 31, 2026, at 3:00 PM ET.

Scope of Work

The requirement is for comprehensive ITM services for various fire protection systems, including portable fire extinguishers, monitored fire alarm system components (water flow/tamper switches), kitchen hood suppression systems, fire sprinkler systems (pumps, backflow preventers), and fire hydrants. Excluded is maintenance testing of the fire alarm system itself, though interface and signal verification are required. All work must comply with the most recent NFPA Standards (e.g., NFPA 10, 72, 25, 99, 17A, 291, 101), Joint Commission, OSHA, EPA, and VA Fire Protection Design Manuals. Contractor employees must hold NICET certifications in the appropriate Fire Protection sub-field, with at least one Level 2 certified technician required for Fire Alarm or Fire Sprinkler testing, including Fire Pumps. Reporting includes discrepancy reports, corrective action quotes within five business days, and final reports per NFPA and Joint Commission requirements. Emergency response for diagnosis and repair recommendations is required within 24 hours. The current fire alarm system is Edwards EST3, with a planned conversion to EST4 in 2026-2027.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (RFQ) under FAR Part 12.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19.0 million size standard.
  • Period of Performance: One base year (April 13, 2026 – April 12, 2027) with four one-year option periods.
  • Place of Performance: VA New Jersey Healthcare System, Lyons Campus, 151 Knollcroft Road, Lyons, New Jersey 07939.
  • Subcontracting Limitations: Offerors must certify compliance with VA Form 852.219-75, limiting payments to non-SDVOSB/VOSB firms to 50% of the contract amount for services.
  • Wage Determination: Wage Determination Number 2015-4209, Revision 32, applies to New Jersey (Hunterdon, Somerset Counties), outlining minimum wage rates, fringe benefits ($5.55/hour H&W), vacation, and holidays, and the applicability of EOs 13706 and 13658.

Submission & Evaluation

  • Quotes Due: March 31, 2026, at 3:00 PM Eastern Time, New York, USA.
  • Submission: Email quotes to Yasmin.Moses@va.gov with the subject line RFQ 36C24226Q0339.
  • Evaluation Factors: Award will be made to the responsible offeror whose quote is most advantageous, considering Technical Capability (plan, sample reports, NICET certifications, experience), Past Performance (recent and relevant contracts, references), and Price (fairness, reasonableness, understanding of work).
  • Important Notes: Pricing for material/parts (CLINs 0014, 1014, etc.) should not be provided; refer to FAR 52.212-1 and Section F, Contractor Responsibilities, 5ii. Offerors must acknowledge terms and conditions or list exceptions. SAM registration is required. The mandatory VA Form 852.219-75 must be submitted with the offer. A site visit will not be offered.

Contact Information

Primary Point of Contact: Yasmin Moses, Contract Specialist, Yasmin.Moses@va.gov, 718-584-9000.

People

Points of Contact

Yasmin MosesContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 1
Sources Sought
Posted: Feb 10, 2026
View
H142--Amendment Three| Lyons Fire Protections Systems ITM/Repair|Answer Solicitation Questions | GovScope