H142--Fire Protections System ITM
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 VA New Jersey Healthcare System at Lyons Campus, has issued a Combined Synopsis/Solicitation (RFQ) for Fire Protection System Inspection, Testing, and Maintenance (ITM) services. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The requirement covers comprehensive ITM for various fire protection systems at the Lyons, New Jersey facility. Quotes are due by March 31, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide quarterly, semi-annual, and annual ITM services for fire protection systems. This includes:
- Portable fire extinguishers: Annual ITM, recycling, and replacement.
- Fire hydrants: Annual inspection and 5-year full flow testing (IAW NFPA 291).
- Fire pumps: Annual flow testing.
- Sprinkler systems: Annual inspections on backflow preventers, quarterly main drain testing, semi-annual inspections of wet, dry, and anti-freeze sprinkler systems.
- Kitchen hood suppression systems: Semi-annual testing for Ansul, Kidde, Buckeye, and Denlar systems.
- Monitored fire alarm system components: Semi-annual inspections of tamper switches and waterflow switches.
- Sprinkler heads: Replacement of expired heads (up to 500 per year). The scope explicitly excludes maintenance testing for the fire alarm system itself, but requires interfacing and verifying signal transmission during testing of protection components. Minor adjustments for discrepancies are to be performed with COR approval, while repairs incurring additional costs require a quote within five business days. Emergency response service with a qualified technician is required within 24 hours of notification.
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 small business size standard.
- PSC: H142 (Quality Control Services: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials).
- Period of Performance: One base year (April 13, 2026 – April 12, 2027) with four one-year option periods, totaling a potential five years.
- Place of Performance: VA New Jersey Healthcare System, Lyons Campus, 151 Knollcroft Road, Lyons, New Jersey 07939.
Key Requirements & Compliance
- Certifications: Contractor employees must be NICET certified in the appropriate Fire Protection sub-field (ITWBS Level II or higher). At least one Level 2 certified technician is required for Fire Alarm or Fire Sprinkler testing, including Fire Pumps. Certifications must be maintained on-site.
- Standards: All work must comply with the most recent applicable NFPA Standards (including 10, 72, 25, 99, 17A, 101, 291), Joint Commission (TJC) requirements (EC02.03.05), OSHA, EPA, and VA Fire Protection Design Manuals.
- Reporting: Applicable reports must be provided upon conclusion of testing, adhering to NFPA and TJC standards. Discrepancy reports and corrective action quotes are due within 5 business days.
- Communication: Contractors must maintain 2-way communication equipment for real alarms (cellphones are not acceptable).
Submission & Evaluation
- Response Deadline: March 31, 2026, at 3:00 PM ET.
- Questions Deadline: March 27, 2026, at 3:00 PM ET.
- Submission Method: Quotes must be emailed to Yasmin.Moses@va.gov with the subject line "RFQ 36C24226Q0339".
- Evaluation Factors: Award will be based on a comparative evaluation of:
- Technical Capability: Requires a maximum 10-page statement detailing the approach, a sample report, NICET certifications, and evidence of experience (three contract numbers, dates, descriptions).
- Past Performance: Assessed based on recent and relevant contracts, customer surveys, CPARS, and references.
- Price: Evaluated for fairness, reasonableness, and understanding of the work. Offerors must not provide pricing for material/parts (Line Items 0014, 1014, 2014, 3014, 4014). Options will be evaluated at the time of award.
- Mandatory Forms: Offerors must complete and submit VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance.
- SAM Registration: Offerors must be registered in the System for Award Management (SAM) and complete annual representations and certifications.
Important Notes
The solicitation incorporates Wage Determination Number 2015-4209, Revision No.: 32, for Hunterdon and Somerset Counties, New Jersey, which outlines minimum wage rates and fringe benefits under the Service Contract Act. This includes Health & Welfare benefits and compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).