K063--Crescent House EST4 Fire Alarm Upgrade Bedford VA Medical Center
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), Network Contracting Office 1 (NCO 1), is conducting market research through a Sources Sought notice to identify qualified sources for a Fire Alarm Upgrade System at the Crescent House, Bedford VA Medical Center. The VA seeks vendors capable of upgrading the existing system to the Edwards EST4 platform. Responses are due by April 17, 2026, at 12:00 PM EST.
Scope of Work
This project involves replacing the current fire alarm control panel and all compatible devices with the Edwards EST4 system. The upgrade must ensure compliance with NFPA 72, the VA Fire Protection Design Manual, and local authority having jurisdiction (AHJ) requirements. The scope includes a comprehensive site assessment, detailed design and submittals for VA and AHJ approval, supply and delivery of all necessary EST4 equipment (UL-listed and compatible), and professional installation. Post-installation, the contractor will perform full functional testing and commissioning, provide documentation including as-built drawings, and train Crescent House facility staff on system operation and maintenance. A minimum one-year warranty on equipment and labor is required. The total estimated project duration is 8-12 weeks.
Contract & Timeline
This is a Sources Sought / Market Research notice, not a request for quotes or a solicitation. The primary NAICS code is 561621 (Security Systems Services, except Locksmiths) with a $25 million size standard. Based on market research, this requirement may be set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Small Businesses, or procured through full and open competition.
- Response Due: April 17, 2026, 12:00 PM EST
- Published: April 8, 2026
Submission & Eligibility
Interested parties qualified to provide the Fire Alarm Upgrade are invited to submit a response via email to Yolanda.Rankin@va.gov. Submissions must include the completed Sources Sought Worksheet (Attachment 1) and may include additional capability information, not exceeding 8 pages total, in Microsoft Word or Adobe PDF format. All interested parties must be registered in the System for Award Management (SAM.gov) as prescribed in FAR Clause 52.232-33. Additionally, registration in VISTA is required, as the VA utilizes this system for purchase orders and invoice liquidation.
Additional Notes
This announcement is for market research and planning purposes only; no contract will be awarded from this notice, and no reimbursement will be provided for responses. Respondents will not be notified of evaluation results, and telephone inquiries will not be accepted or acknowledged.