J042--Fire Alarm Service

SOL #: 36C25626Q0430Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
256-NETWORK CONTRACT OFFICE 16 (36C256)
RIDGELAND, MS, 39157, United States

Place of Performance

Fayetteville

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)

Set Aside

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

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Apr 4, 2026
3
Submission Deadline
Mar 10, 2026, 3:00 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 16, is soliciting proposals for Fire Alarm Service at the Veterans’ Health Care System of the Ozarks (VHSO) in Fayetteville, AR. This Firm-Fixed-Price contract, valued at approximately $9 Million, is a Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will provide comprehensive emergency service and maintenance for fire alarm and suppression systems. Offers are due March 25, 2026, at 10:00 AM CDT.

Scope of Work

The contractor will furnish all management, supervision, labor, materials, equipment, tools, supplies, consumables, and parts for the service, maintenance, and repair of various fire alarm and suppression systems. This includes:

  • Scheduled Services: Annual, semi-annual, and quarterly inspections and testing of fire alarm control panels, initiating devices, indicating devices, power supplies, annunciators, batteries, and digital voice controls.
  • Water-Based Systems: Maintenance, inspection, and testing of valves, pumps, sprinkler systems, backflow prevention assemblies, hydrants, standpipes, and fire department connections.
  • Dry Pipe Systems: Annual and quarterly testing.
  • Kitchen Hood Systems: Semi-annual testing, inspection, and maintenance.
  • Emergency Service: On-site response within 2 hours, with corrections or contingency plans within 4 hours of arrival, available 24/7/365.
  • Compliance: All work must adhere to specified National Fire Prevention Association (NFPA) standards (e.g., NFPA 25, 72, 13, 20, 291, 96) and Joint Commission Inspection Requirements.
  • Personnel: A minimum of one service technician certified in Notifier Onyx Series factory training is required.
  • Parts: VHSO will furnish most replacement parts, except for batteries and gauges, which the contractor must provide.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four (4) one-year option periods.
  • Estimated Value: Approximately $9 Million.
  • NAICS Code: 561621 - Security Systems Services (except Locksmiths).
  • Product Service Code: J042 - Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials.
  • Place of Performance: VA Medical Center, 1100 N. College Ave, Fayetteville, AR 72703, USA.

Set-Aside

This acquisition is a Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).

Submission & Evaluation

  • Offer Due Date: March 25, 2026, 10:00 AM CDT.
  • Site Visit: A site visit is scheduled for March 11, 2026, at 10:00 AM on site.
  • Questions Due: March 13, 2026, 1:00 PM.
  • Evaluation Factors: Proposals will be evaluated based on Technical certifications, Past Performance, and Price. Technical and Past Performance are considered equal and are equal to each other.
    • Technical: Vendors must provide technical certifications, including a Notifier Onyx Series factory-trained technician. Subcontractor certifications require consistent use of that subcontractor.
    • Past Performance: Requires prime contractor experience in fire alarm service in hospital/clinical environments (100% completed or >50% ongoing). Offerors must submit Exhibit A (Performance Relevancy Survey), Exhibit B (Past Performance Questionnaire - PPQ, to be completed by references and sent directly to the Contracting Officer), and Exhibit C (Subcontractor Information and Consent Form if applicable).

Additional Notes

Bidders should review the provided inspection reports for various Fayetteville VAMC buildings, which offer insights into the current state and maintenance history of the fire/life safety systems, including identified discrepancies and proposed solutions.

People

Points of Contact

Andrew T MisfeldtContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
View

Versions

Version 7
Solicitation
Posted: Apr 4, 2026
View
Version 6
Solicitation
Posted: Mar 27, 2026
View
Version 5
Solicitation
Posted: Mar 24, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 23, 2026
Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 24, 2026
View