Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
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 Contract Office 7, is soliciting proposals for a Firm Fixed Price Construction contract to Replace the Fire Alarm System for Buildings 14, 15, 65, 68, 88, 90, and 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 7, 2026, at 1:00 PM ET.
Project Overview & Scope
This project addresses an obsolete fire alarm fiber optic network and an antiquated Graphical Command Center (GCC) that pose a significant safety risk. The scope includes the comprehensive replacement and upgrade of fire alarm systems, installation of new underground fiber optic communication lines to create an integrated communication loop, and associated infrastructure. Specific requirements include asbestos abatement, adherence to detailed specifications and drawings (JCI/SIMPLEX system), and compliance with safety, environmental, and quality control standards (NEC, NFPA, UL, TIA/EIA, BICSI). Commissioning by a VA-appointed agent and training for VA personnel are also required.
Contract Details
- Contract Type: Firm Fixed Price Construction
- Estimated Magnitude: Between $10,000,000 and $25,000,000
- Period of Performance: 365 calendar days from Notice to Proceed
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 million
- Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries)
Submission & Evaluation
Proposals must be submitted electronically via email. The subject line must include "Company Name, RFP number, Project Title." File size is limited to 10 MB per email, with multiple emails accepted.
- Proposal Due Date: April 7, 2026, at 1:00 PM ET (extended by Amendment 0001)
- Evaluation Criteria: Past Performance and Price, with Past Performance being significantly more important. A Trade-Off Source Selection process will be used.
- Mandatory Submissions: Offerors must submit 1-3 references (using the provided Past Performance Questionnaire), an Experience Modification Rate (EMR) Form (EMR > 1.0 may disqualify), and the VA Notice of Limitations on Subcontracting certification. An Itemized Cost Breakdown is also required.
- 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.
- Eligibility: Offerors must be certified SDVOSBs, registered in SAM.gov and certifications.sba.gov, and comply with VETS 4212 reporting and VAAR 852.219-75.
Additional Notes
Electronic invoicing is mandatory via the Tungsten Network e-Invoicing system. A site visit was held on March 12, 2026, and RFIs were due March 19, 2026. A subsequent amendment providing RFI answers is anticipated.