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 247-NETWORK CONTRACT OFFICE 7 (36C247), is soliciting proposals for a Firm Fixed Price Construction contract to Replace the Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93 at the Central Alabama Veterans Health Care System, East Campus, Tuskegee, AL. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 17, 2026, at 1:00 PM EST.

Scope of Work

This project, identified as Project No. 619A4-23-103, involves the replacement and upgrade of obsolete fire alarm systems, including the fiber optic network and antiquated Graphical Command Center (GCC), which pose a significant safety risk. The scope includes:

  • Full System Replacement/Upgrade: For Buildings 14, 15, 65, 68, 88, 90, and 93.
  • Partial Replacement: For Buildings 2, 3, 3A, 4, 4A, 5, 68, 83, 120, and 129, only existing annunciators and associated cabling will be replaced; existing devices will remain for a separate future project.
  • Infrastructure: Installation of new underground fiber optic communication lines to create an integrated communication loop.
  • Detailed Requirements: Adherence to comprehensive specifications and drawings, including asbestos abatement, door hardware, metal framing, gypsum, acoustical ceilings, resilient base, painting, and extensive electrical installations (Division 26).
  • System Specifics: The fire alarm system manufacturer is JCI/SIMPLEX. The project requires compliance with NEC, NFPA, UL, TIA/EIA, and BICSI standards, including grounding resistance not exceeding 5 ohms and a 30-day "burn-in" period.
  • Support: Commissioning will be managed by a VA-appointed agent, and training for VA personnel on system operation and maintenance is required.

Contract Details

  • Contract Type: Firm Fixed Price Construction
  • Estimated Magnitude: Between $10,000,000.00 and $25,000,000.00
  • Period of Performance: 30 months (912.5 calendar days) from Notice to Proceed.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million.
  • Product Service Code: Z1DA (Maintenance Of Hospitals And Infirmaries)

Submission & Evaluation

  • Proposal Submission: Proposals must be submitted electronically via email to the addresses specified on page 1, block 8 of the solicitation. The subject line must include "Company Name, RFP number, Project Title." File size is limited to 10 MB per email.
  • Evaluation Criteria: Past Performance and Price. Past Performance is significantly more important than Price. Offerors must submit 1-3 references using the provided Past Performance Questionnaire (Attachment 3). An Experience Modification Rate (EMR) greater than 1.0 may disqualify the offeror.
  • Eligibility: Offerors must be registered in SAM.gov, certified in certifications.sba.gov, and comply with VETS 4212 reporting. The SDVOSB must be 51% or more owned and controlled by one or more veterans. Offerors must complete VAAR 852.219-75, Limitations on Subcontracting, certifying compliance with subcontracting limits (e.g., not paying more than 85% of the contract amount to non-SDVOSB/VOSB firms for general construction).
  • Bonds: A Bid Bond (20% of proposal price, not to exceed $3,000,000) is required. Performance and Payment Bonds are required for awards exceeding $150,000.
  • Cost Breakdown: Bidders must use Attachment 4, the Itemized Cost Breakdown spreadsheet, to detail their pricing. Prevailing wage rates (DBA Wage Rates, Attachment 5) must be used for labor cost estimation.

Key Dates & Contacts

People

Points of Contact

Joseph OsbornPRIMARY
Joyce PowersSECONDARY

Files

Files

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

Versions

Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 31, 2026
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