Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93

SOL #: 36C24726R0028Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Tuskegee, AL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Dec 5, 2025
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 17, 2026, 5:00 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), specifically the Central Alabama Veterans Health Care System, is soliciting proposals for a Firm Fixed-Price Construction contract to replace and upgrade fire alarm systems in multiple buildings (14, 15, 65, 68, 88, 90, & 93) at its East Campus in Tuskegee, AL. This project, identified as Project No. 619A4-23-103, addresses obsolete fire alarm infrastructure, including an antiquated fiber optic network and Graphical Command Center, posing a significant safety risk. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The project involves the comprehensive replacement and upgrade of fire alarm systems, including panels, devices, and wiring. Key requirements include installing new underground fiber optic communication lines to create an integrated communication loop, ensuring campus-wide voice/alarm functionality with mass notification capabilities, and replacing specific systems like kitchen hood suppression in Building 90. For certain buildings (2, 3, 3A, 4, 4A, 5, 68, 83, 120, 129), the scope is limited to replacing existing annunciators and associated cabling, with existing devices remaining for a separate project. Work must adhere to detailed specifications and drawings, including provisions for asbestos abatement, electrical installations (Division 26), and an Electronic Safety and Security (ESS) System. The specified fire alarm system manufacturer is JCI/SIMPLEX.

Contract Details

  • Contract Type: Firm Fixed Price Construction
  • Estimated Magnitude: Between $10,000,000 and $25,000,000
  • Period of Performance: 30 months (912.5 calendar days) from Notice to Proceed
  • Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 million

Eligibility & Submission

This is a 100% SDVOSB Set-Aside. Offerors must be certified and registered in SAM.gov and certifications.sba.gov, comply with VETS 4212 reporting, and complete VAAR 852.219-75 (Limitations on Subcontracting). For special trade contractors, no more than 75% of the contract amount may be paid to non-SDVOSB/VOSB firms. Proposals will be evaluated on Past Performance and Price, with Past Performance being significantly more important. Offerors must submit 1-3 references using the provided Past Performance Questionnaire (Attachment 3) and an Experience Modification Rate (EMR) form (Attachment 1). 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. Proposals must include a detailed Itemized Cost Breakdown (Attachment 4) and adhere to Davis-Bacon Act wage rates (Attachment 5). Electronic invoicing via Tungsten Network is mandatory (Attachment 6).

Key Dates & Contacts

  • Proposal Due Date: April 17, 2026, by 1:00 PM EST
  • Submission Method: Electronically via email (addresses specified on page 1, block 8 of the solicitation). Subject line must include "Company Name, RFP number, Project Title."
  • RFI Responses: Official responses have been provided via Amendment 2 and the RFI Log document.
  • Site Visit: A site visit was previously scheduled for March 12, 2026, at 10:00 AM CST.
  • Primary Contact: Joseph Osborn (Joseph.Osborn@va.gov)
  • Secondary Contact: Joyce Powers (joyce.powers1@va.gov)

People

Points of Contact

Joseph OsbornPRIMARY
Joyce PowersSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Mar 31, 2026
Version 4
Solicitation
Posted: Mar 31, 2026
View
Version 3
Solicitation
Posted: Mar 25, 2026
View
Version 2
Solicitation
Posted: Feb 26, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 5, 2025
View
Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93 | GovScope