Opportunity

SAM #36C24226Q0336

Fire Alarm System Maintenance, Inspection, Testing, and Upgrade Services for VA New York Harbor Healthcare System

Buyer

VA Network Contract Office 02

Posted

March 27, 2026

Respond By

April 10, 2026

Identifier

36C24226Q0336

NAICS

561621

This opportunity involves comprehensive fire alarm system maintenance and upgrade services for the VA New York Harbor Healthcare System. - Government Buyer: - Department of Veterans Affairs (VA), 242-Network Contract Office 02 (36C242) - Facilities: Brooklyn Campus, Manhattan Campus, St. Albans Community Living Center - OEMs and Vendors: - Notifier by Honeywell (ONYX Series: NFS2-3030D, NFS2-3030ND, NFS2-640(E), NFS-320SYS(E)) - Edwards (EST-3, to be upgraded to EST-4) - Notifier Pittway Company (AFP-400W/CBC, AM2020/AFP1010/CBC, System 5000W/CBC) - Honeywell (AFO 300/AFP 400 CBC, NFS2-640(E), NFS 320SYS(E), NFS2-3030D) - Products/Services Requested: - Annual, semi-annual, and quarterly fire alarm system inspections and testing - Smoke detector sensitivity testing (total detectors: Manhattan 543, Brooklyn 352, St. Albans 299) - 24/7 continuous monitoring - Inventory and schematic diagram creation/maintenance - Printer installation and testing (one per site) - Fire alarm panel battery replacement - Labor for repairs (regular, overtime, holiday hours) - Parts for repairs as needed - Unique/Notable Requirements: - Technicians must be factory trained and certified for the listed OEM systems - NICET Level 1-IV certification required; CFAT/CFAD certifications recommended - Compliance with NFPA, OSHA, ADA, and VHA standards - Emergency response and background checks for personnel - Detailed inspection, maintenance, and testing reports required - Period of Performance: - One base year (12 months) with four 12-month option years (annual/recurring services) - Place of Performance: - VA New York Harbor Healthcare System (Manhattan, Brooklyn, St. Albans campuses) - Contracting office in Albany, NY

Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $25.0 million. The FSC/PSC is J063. The VA New York Harbor Healthcare System at Brooklyn (800 Poly Place, Brooklyn, NY 11209), Manhattan (423 E. 23rd Street New York, NY 10010) and St. Albans Community Living Center (179-00 Linden Boulevard Jamaica (Queens), NY 11425) is seeking to procure maintenance, and repair services, safety inspections and testing for their fire alarm systems. Site Visit Each site is offering an opportunity for interested vendors to visit during the solicitation period. Only one time slot will be offered at each site. See Site Visit Info attachment for details. All interested companies shall provide quotations for the following: Price/Cost Schedule Line Item Description Quantity Unit of Measure Unit Price Total Price Base Period 5/01/2026 - 4/30/2027 0001Manhattan - Fire Alarm System 0001AAAnnual Fire Alarm System Inspection and Testing1EA 0001ABSemi-Annual Fire Alarm System Inspection and Testing1EA 0001ACQuarterly Fire Alarm System Inspection and Testing4QTR 0001ADSmoke Detector Sensitivity Testing543EA 0002Brooklyn - Fire Alarm System 0002AAAnnual Fire Alarm System Inspection and Testing1EA 0002ABSemi-Annual Fire Alarm System Inspection and Testing1EA 0002ACQuarterly Fire Alarm System Inspection and Testing4QTR 0002ADSmoke Detector Sensitivity Testing352EA 0003St. Albans - Fire Alarm System 0003AAAnnual Fire Alarm System Inspection and Testing1EA 0003ABSemi-Annual Fire Alarm System Inspection and Testing1EA 0003ACQuarterly Fire Alarm System Inspection and Testing4QTR 0003ADSmoke Detector Sensitivity Testing299EA 000424/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan12MO 0005Create and Maintain Inventory and Schematic Diagram for each facility.3EA 0006Printer Installation - One printer at each site.3EA 0007One Time Replacement of all Fire Alarm Panel Batteries1JB Battery Price Schedule 0008Labor for Repairs at any Facility, regular working hours. (see SOW section I)1HR 0009Labor for Repairs at any Facility, overtime working hours. (see SOW section I)1HR 0010Labor for Repairs at any Facility, holiday working hours. (see SOW section I)1HR 0011Parts for Repairs at any Facility (see SOW section I)---- OPTION 1 5/01/2027 - 4/30/2028 1001Manhattan - Fire Alarm System 1001AAAnnual Fire Alarm System Inspection and Testing1EA 1001ABSemi-Annual Fire Alarm System Inspection and Testing1EA 1001ACQuarterly Fire Alarm System Inspection and Testing4QTR 1002Brooklyn - Fire Alarm System 1002AAAnnual Fire Alarm System Inspection and Testing1EA 1002ABSemi-Annual Fire Alarm System Inspection and Testing1EA 1002ACQuarterly Fire Alarm System Inspection and Testing4QTR 1003St. Albans - Fire Alarm System 1003AAAnnual Fire Alarm System Inspection and Testing1EA 1003ABSemi-Annual Fire Alarm System Inspection and Testing1EA 1003ACQuarterly Fire Alarm System Inspection and Testing4QTR 100424/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan12MO 1005Maintain Inventory and Schematic Diagram for each facility3EA 1006Labor for Repairs at any Facility, regular working hours. (see SOW section I)1HR 1007Labor for Repairs at any Facility, overtime working hours. (see SOW section I)1HR 1008Labor for Repairs at any Facility, holiday working hours. (see SOW section I)1HR 1009Parts for Repairs at any Facility (see SOW section I)---- <!-- Additional options 2, 3, 4 omitted for brevity but should be formatted similarly -->

STATEMENT OF WORK TITLE: Fire Alarm Service PURPOSE Obtain maintenance and repair services, safety inspections and testing for Fire Alarm system at the Brooklyn VA Medical Center (BK VAMC), New York VA Medical Center (NY VAMC), and St. Albans Community Living Center (SA CLC). The panels are as follows: Manhattan: Manufacturer: Notifier by Honeywell (ONYX Series) Model(s) Identified from Panel Labels: ONYX NFS2-3030D / NFS2-3030ND ONYX NFS2-640(E) / NFS-320SYS(E) St. Albans: Edwards EST-3 Will be upgraded to EST-4 via a separate contract during the life of this contract. This contract will continue to provide maintenance and repair services, safety inspections and testing for the EST-3 until replaced. Once upgraded, this contract will continue to provide maintenance and repair services, safety inspections and testing to the EST-4 system. Brooklyn: Manufacturer: Notifier Pittway Company Model(s) Identified from Panel Labels: AFP-400W/CBC AM2020/AFP1010/CBC #System 5000W/CBC Manufacturer: Honeywell Model(s) Identified from Panel Labels: AFO 300/AFP 400 CBC NFS2-640(E) / NFS 320SYS(E) NFS2-3030D PLACE OF PERFORMANCE VA NY Harbor Healthcare System Brooklyn Campus800 Poly PlaceBrooklyn, NY 11209 Manhattan Campus423 E. 23rd StreetNew York, NY 10010 St. Albans Community Living Center179-00 Linden BoulevardJamaica (Queens), NY 11425 PERIOD OF PERFORMANCE The period of performance shall be for one Base Year of 12 months and four 12-month option years. QUALIFICATIONS The Contractor, without additional expense to the Government, shall obtain all licenses, permits, and insurance required to perform the work in this Contract. Technicians modifying the fire alarm control panel of systems must be factory trained and currently certified for the operating system, including software version, of the particular fire alarm system (EST3), and must provide documentation of this certification per NFPA 72. Certification: NICET Level 1-IV certification is required. Certified Fire Alarm Technician (CFAT)/ Certified Fire Alarm Designer (CFAD) certifications are highly recommended but not mandatory. Required Training: NFPA 72, OSHA 10 or 30 hour certification (both preferred) Contractor MUST be able to program Notifier 2020 and Edwards EST-3 fire alarm systems. SCOPE OF WORK General The Contractor shall provide management, supervision, labor, parts, material, tools, incidental engineering services, and transportation necessary to perform maintenance, repair, inspection, programming updates, testing, component replacement and certification of the complete fire alarm system within the buildings and up to and including the point where the signal leaves the building from the ERS box and emergency services notification transmitter equipment. The contractor shall keep the Fire Protection System's equipment operating as originally specified by the equipment manufacturer. Contractor must bypass building 65 at the St. Albans CLC from the fire alarm program with the option to add the building alarm system for future use. Contractor shall comply with all applicable Federal Codes and Veterans Health Administration (VHA) standards and directives. Codes to include but not limited to: National Fire Protection Association (NFPA) 70, 72, 90, 101 International Building Code (IBC) International Fire Code (IFC) UL 268, 864 ADA standards - Accessibility requirements for visual and audible alarms. The Contractor shall have all diagnostic equipment necessary to fully maintain, test, repair, adjust or reprogram Fire Alarm systems throughout the term of the Contract. Contractor shall immediately notify the COR (usually Engineering Office) of any equipment or environmental conditions which impair or jeopardize safe and continuous functioning of the equipment. An adequate supply of new spare parts shall be maintained by the Contractor to ensure prompt preventive maintenance and repair services. Contractor shall assist with the performance of EACH facility's annual test. The certified technician shall ensure full system functionality each time they depart the facility after performing system test, inspection, maintenance and or repair. The contractor shall provide 24/7 continuous central monitoring of the fire alarm system for Brooklyn, St. Albans, and Manhattan locations. Disposal of equipment and construction debris is the responsibility of the Contractor. Equipment Supervisory signals Duct detectors Heat detectors Smoke detectors Pull Stations (Boxes) Electromechanical relays Notification appliances, audio and visual (Strobe, Speaker, Strobe/Speaker) Smoke detection shutdown devices for HVAC Elevators shaft heat/smoke detectors Elevators fire recall relays Device Count Manhattan: Building #1 - Main: 518 devices Building #2 - Engineering: 7 devices Building #3 - Human Resources: 18 devices Building #5 - Air Conditioning Plant: 9 devices Building #6 - Outpatient Clinic (OPC): 105 devices St. Albans: Building #60 - 3 devices Building #64 - 10 devices Building #65 - 11 devices Building #85 - 77 devices Building #86 - 75 devices Building #87 - 76 devices Building #88 - 76 devices Building #89 - 160 devices Building #91 - 55 devices Building #92 - 31 devices Building #93 - 30 devices Building #173 - 19 devices Building #176 - 5 devices Brooklyn: Building #1 - Main: Engineering 659 devices Building #2 - Domiciliary: 66 devices Building #4 - Engineering: 33 devices Building #6 - Chapel: 6 devices Building #8 - Linear Accelerator: 1 device Building #14 - Regional Counsel/Data Center: 18 devices Building #15 - OPC: 195 devices Building #16 - Daycare: 10 devices Existing Conditions No later than 10 days after contract award, the Contractor and the Government shall conduct a thorough inspection of fire alarm system and develop a list of existing deficiencies and required corrective actions. The Government will work with the Contractor on developing a cost proposal and plan for making identified corrections/repairs and the Government will pay for the corrective action work under a separate Purchase Order. If a deficiency is not identified in the inspection and 10 days have passed since award of the Contract, the deficiency shall be covered under this Contract. Once the deficiencies identified during the initial inspection have been corrected, any future service, maintenance or replacement required for these same items will be covered under this contract. Printer Installation and Testing The VA will provide new printers to be incorporated into the fire alarm system at each site: one printer at each site. During the base period, the contractor shall install all three VA-provided fire alarm associated printers (one at each site). Contractor must test printers semi-annually to ensure they remain operational for the life of the contract. Maintenance The contractor's certified inspector shall provide a report of deficiencies found to the Government accompanied by recommendations to correct the deficiencies. Contractor shall replace all batteries for each fire alarm panel at start of the contract and as needed thereafter. A detailed battery inventory is attached. As needed, battery replacements will be paid for on an as needed basis using the agreed upon labor rate for repairs, and the applicable price(s) provided on the Battery Price Schedule. Contractor shall ensure that the fire alarm computer is operational and has battery backup. Inspection and Testing Inspection Cycles: Quarterly: Control Equipment: Visual inspection to ensure that the fire alarm control panel and any other control equipment are in proper condition. Initiating Devices: Testing of manual pull stations, smoke detectors, heat detectors, and other initiating devices to ensure they are functioning correctly. Notification Appliances: Testing of horns, bells, and other notification devices to ensure they are operational. Power Supplies: Inspecting batteries and other power components to ensure they are properly charged and functional. Semi-Annually: Supervisory Signal Devices: Testing of tamper switches, valve supervisory switches, and other supervisory devices. Impact-Delivered Alarm Devices: Testing of devices like pressure switches that deliver alarms upon impact. Test printers to ensure they remain operational. Annually: Complete System Testing: Comprehensive testing of the entire fire alarm system, including all initiating devices, notification appliances, control equipment, and communication equipment. Contractor shall test voice evacuation/audio systems annually, including intelligibility verification where applicable per NFPA 72 §14.4.10. Interface Equipment: Testing of equipment interfacing with fire safety control functions, including HVAC shutdown, elevator recall (Phase I & II), smoke purge, door release, generator/fire pump signals, and sprinkler supervisory points. Elevator recalls may be performed during normal operating hours. Every 2.5 Years: Smoke Detector Sensitivity Testing: Ensure that smoke detectors are functioning within their designed sensitivity range per NFPA 72. The Contractor shall maintain a consistent inspection frequency as closely as possible per Joint Commission VHA requirements. Last Annual Test Date: Brooklyn: December 27, 2025 Manhattan: October 17, 2025 St. Albans: December 12, 2025 Contractor shall inventory entire facility's fire alarm system and assure accurate device quantity, device name, device location, automated notification, programming, system updates and diagrams, as needed. The Contractor shall provide full device-level annual test results including unique device ID, type, exact location, pass/fail status, corrective action taken, date/time, and technician name/signature for each campus. All tests or inspections removing fire alarm system or any of its components from normal operation shall be scheduled in advance with the CO/COR/Facility's Safety Office and Facility's Engineering Office. Maintenance, Inspection, and Testing Reports: Contractor shall provide documentation required under EC.02.03.05 and Life Safety standards, including sensitivity reports, NAC/battery load test sheets, deficiency logs, and completion evidence. Contractor shall provide an annual deficiency summary with corrective-action status and dates. The Contractor shall maintain a Service Logbook in the fire alarm room. The log shall list the date and time of all trouble calls. Each trouble call shall be fully described including the nature of the call, necessary corrections performed, or parts replaced. The Contractor shall record log entries of tests conducted, technicians performing the tests, and test results tests including any deficiencies found. This is in addition to recording this information in the required database. The Contractor shall provide a copy of each logbook (one hard copy and one electronic) annually to the COR, the Facility's Safety Office and the Facility's Engineering Office for record, and provide for review within 48 hours at the request of the COR. The Contractor shall submit an annual inspection report upon completion of entire fire alarm system inspection and test. The report shall include the following at minimum: Cover sheet Property information Monitoring entity information Type of transmission Alarm control unit information Each building Alarm initiating devices test results summary broken by device type Each building Alarm notification appliances test results summary broken by device type Each building Detailed test results per device type Each facility's building to be on separate report tab Certification sheet to include Inspector name, date, time and signature When applicable, the contractor shall file required paperwork with FDNY to notify them of any changes to the monitoring central station. Contractor shall maintain all inspection/testing documentation for a minimum of three (3) years and provide copies to Engineering and Safety upon request. Schematic Diagram The contractor shall create and maintain a complete set of current and legible schematic diagrams for each facility Fire Alarm System. Existing fire alarm as built drawings will be provided to the contractor in AutoCAD (.dwg) format and shall be used as a baseline. These drawings may not reflect current system conditions. The contractor shall field verify existing conditions and update the drawings to reflect the current fire alarm system configuration. Diagrams shall be modified to reflect any changes made by the Contractor after receiving written approval by the CO/COR to make the changes. Modifications made shall be dated and recorded in the diagram. The diagrams will remain property of the Government. Repairs For repairs required to keep the systems operational that are not covered by the sections above, the Contractor shall submit a detailed cost estimate for required repairs to the CO/COR within 2 business days of finding the issue. Contractor shall not proceed with such work, without the written consent of the CO, usually in the form of a contract modification. If it becomes evident during a warranty period that a component(s) is not functioning properly in accordance with manufacturer’s or Contract requirements, or if in the opinion of the COR, excessive maintenance and attention must be employed to keep the component(s) operational, then the component(s) shall be removed and a new component(s) meeting all requirements shall be installed. Parts not available from the manufacturer due to obsolescence remain the Contractor’s responsibility to replace them with another source. Contractor shall not make any repairs, alterations or additions to the equipment that incur additional expenses without prior written approval from the CO/COR. Emergency Response Contractor shall provide callback response and emergency service and at least one of the emergency telephone numbers with alternate telephone number must be manned twenty-four (24) hours per day, 365 days per year. 24-hour emergency response service to replace any nonfunctioning parts is also required. Contractor response time shall be according to the priority codes below. However, if work requires additional funds (repair parts/labor), funding and modification must be secured prior to commencing work. Priority Code 1. Emergency Response Required. The Contractor shall be on-site within 4 hours to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/resolved. Priority Code 2. Urgent Response Required. The Contractor shall be on-site within 8 hours to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/resolved. Priority Code 3. Routine Response Required. The Contractor shall be on-site within 3 days to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/resolved. SCHEDULE The Contractor shall coordinate with the Contracting Officer Representative (COR), Facility’s safety Office and Facility’s Engineering office when inspecting, testing, and or performing repair on the Fire Alarm system. Service should be performed during facility’s normal operating hours, between 8:00 AM to 4:30 PM Monday through Friday, except Federal Holidays. If circumstances arise that some work to be performed outside normal business hours, the contractor shall communicate the proposed schedule with COR, Facility’s safety Office and Facility’s Engineering office. ADMINISTRATION The Contractor shall provide a Contract Manager who shall be responsible for performance of the contract work. Name of the Contract manager and an alternate shall be designated in writing to the CO/COR prior to contract start date. Changes to personnel shall be submitted to the Government within five (5) workdays of the changes. The Contract Manager or alternate shall have full authority to act on contract matters relating to daily operation of the Contract. The Contract Manager or alternate shall be available to speak/meet with the CO or COR, within 24 hours of request during normal operating hours and or within the next business day. The selection, assignment, and management of Contractor’s employees is the responsibility of the Contractor. The Contactor shall not employ any individual identified as a potential threat to the health, safety, security, and general wellbeing, or operation of the New York Harbor facilities or personnel. The Contractor is fully responsible for performance and conduct of his/her employees. The Contractor shall not allow any employee to perform work under this Contract while under the influence of alcohol, drugs, or any other incapacitating agent. Contractor personnel shall present a neat appearance and be easily recognized as a Contractor employee by wearing distinctive clothing bearing the name of the company and VA issued ID badge. QUALITY CONTROL REQUIREMENTS Contractor shall establish a Quality Control Program to assure the requirements of the Contract are provided as specified. The Contractor shall submit this program to the CO/COR, for acceptance within ten (10) days of Notice to Proceed. SECURITY Keys The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor’s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the COR. Background Checks Contractor and Subcontractor personnel working on New York Harbor Healthcare System’s facilities must consent to Background Checks or shall be denied access to the NYHHCS VA facilities. Information required to conduct a Background Check includes full name, driver’s license number and/or social security number, date of birth, and completion of a background check questionnaire. The contractor, if/when notified of an unfavorable background check determination by the Government, shall immediately withdraw the employee from consideration for working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. ID Badge Department of Veterans Affairs regulations requires Contractor employees to have VA issued Identification Badge and display it while at VA facilities. ID badges shall be issued by VA security office under its rules for issuance. When an employee leaves the Contractor’s employment, or the Contract is terminated, the employee’s badge shall be returned to COR within 3 working days. SAFETY Contractor shall adhere to OSHA, EPA, NFPA, VA Life Safety Codes, and other regulatory requirements. Safety shall be the Contractor’s highest priority. The Contractor shall be solely responsible for compliance with (Federal) OSHA regulations. During contract performance, the Contractor shall follow Government’s safety policy and standards for safe work practices and take such safety precautions as the VA Safety Officer or the CO/COR may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VA smoking policy. Patient, employee, visitor, and Contractor personnel safety shall always be maintained. The Contractor is responsible for the safety and health of his/her employees. The Contractor shall obtain a Hot Work Permit from the Government (VA Safety Staff) or the COR in advance whenever soldering, welding, grinding, and using a cutting torch, or other open flame, spark or heat producing equipment is used. The Contractor is required to follow requirements outlined for the issuance of the Hot Work Permit. Contractor shall be notified of any non-compliance with safety regulations. The Contractor shall, after receipt of such notice, immediately correct the condition and notify the Contracting Officer in writing that the condition has been corrected. If, in the opinion of the CO/COR or the Government’s Safety Officer, the condition is life threatening he/she shall instruct the Contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order halting all or any part of the work. The Contractor bears all costs of stop-work time and correcting safety hazards. Contractor shall immediately report to the CO/COR in a manner and on the forms prescribed by the Government, accidents resulting in injury, trauma, death, hazardous exposures, and occupational disease involving an elevator or its maintenance. Written reports for incidents shall be provided within five (5) working days and include the cause, what, where, and when the incident occurred as well as repairs and tests performed to correct the cause of the incident. POST AWARD/PERIODIC MEETINGS The contracting officer, Contracting Officers Representative (COR), Facility’s Safety Office personnel, Facility’s Engineering Office personnel and other Government personnel, as appropriate, may meet with the contractor to review the status of work and performance and to develop a plan of action, when needed. Appropriate action must be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. UNAUTHORIZED WORK Unless otherwise directed by the CO the Contractor shall not perform any work outside of the Scope of this Contract without authorization from the CO. Failure to receive prior approval for out-of-scope work will most likely result in the denial of compensation. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. Solicitation Provisions and Clauses FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) Addendum to 52.212-1, Instructions to Offerors Commercial Items applies; see further below on this notice for details. 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 52.204-7, System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) 52.209-7, Information Regarding Responsibility Matters (OCT 2018) (DEVIATION NOV 2025) 52.219-1 Small Business Program Representations. (FEB 2024) (DEVIATION NOV 2025) 52.229-11, Tax on Certain Foreign Procurements - Notice and Representation (JUN 2020) (DEVIATION SEP 2025) 52.233-2 Service of Protest (SEP 2006) (DEVIATION NOV 2025) 852.233-70, Protest Content/Alternative Dispute Resolution (SEP 2018) 852.233-71, Alternate Protest Procedure (SEP 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) Addendum to 52.212-2, Evaluation-Commercial Products and Commercial Services applies; see further below on this notice for details. Contract Clauses 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17, Contractor Employee Whistleblower Rights. (NOV 2023) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13, System for Award Management-Maintenance (OCT 2018) (DEVIATION NOV 2025) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters. (OCT 2018) (DEVIATION NOV 2025) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - 30 days; 60 days; 5 years 52.219-6, Notice of Total Small Business Set-Aside. (NOV 2020) (DEVIATION NOV 2025) 52.219-8, Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) 52.219-14, Limitations on Subcontracting. (OCT 2022) (DEVIATION NOV 2025) - By the end of the base term of the contract and then by the end of each subsequent option period 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025) (DEVIATION NOV 2025) 52.222-3, Convict Labor. (JUN 2003) (DEVIATION NOV 2025) 52.222-35, Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-36, Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) 52.222-37, Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) 52.222-41, Service Contract Labor Standards. (AUG 2018) (DEVIATION NOV 2025) 52.222-42, Statement of Equivalent Rates for Federal Hires. (MAY 2014) WG-2805-10 $34.29 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018) (DEVIATION NOV 2025) 52.222-50, Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (DEVIATION NOV 2025) 52.222-62, Paid Sick Leave Under Executive Order 13706. (JAN 2022) (DEVIATION NOV 2025) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024) 52.223-23, Sustainable Products. (MAY 2024) (DEVIATION NOV 2025) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 52.228-5, Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements 52.229-3, Federal, State, and Local Taxes (FEB 2013) (DEVIATION SEP 2025) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) 52.233-3, Protest after Award. (AUG 1996) (DEVIATION NOV 2025) 52.233-4, Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.201-70, Contracting Officer’s Representative (DEC 2022) 852.203-70, Commercial Advertising (MAY 2018) 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) (DEVIATION FEB 2026) 852.204-72, Personnel Vetting and Credentialing (MARCH 2026) Fire Alarm Electrician Tier 1/Low Risk 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) - By the end of the base term of the contract or order, and then by the end of each subsequent option period 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) Services 852.222-71, Compliance with Executive Order 13899 (DEVIATION) (APR 2025) 852.232-72, Electronic Submission of Payment Requests (NOV 2018) 852.242-71, Administrative Contracting Officer (OCT 2020) Addendum to 52.212-1, Instructions to Offerors Commercial Items All quoters shall submit the following: A technical capability statement that clearly and concisely describes how the offeror will provide the required services without parroting back each section of the statement of work. This should be a maximum 10-page technical capability statement demonstrating the Vendor’s technical capability to meet all the requirements of the statement of work. The technical capability statement shall: Provide a written plan which details the approach to accomplishing all the requirements of the Statement of Work within the stated time frames and with appropriate staff. Provide proof of factory training to service the operating system, including software version, of the fire alarm system (Honeywell Notifier and Edwards EST). Provide certifications: NICET Level 1-IV certification required. Certified Fire Alarm Technician (CFAT)/ Certified Fire Alarm Designer (CFAD) certifications are highly recommended but not mandatory. Provide training certificates: NFPA 72 and OSHA 10 and/or 30 hour (both preferred) Provide evidence that technicians have 5-7 years of experience working on similar equipment and projects at similar facilities (federal, healthcare, etc.). Contractor experience information to include a minimum of three recent and relevant contracts for the same or similar services and references. For each referenced contract the Quoter’s narrative must clearly state the following information: The legal name of entity with whom the Quoter held the contract; The contract number; A description providing details of the specific tasks the Quoter performed under that contract; The dates during which the Quoter performed the contract; Whether the provided reference contract is for services provided by the Quoter or provided by the Quoter’s proposed subcontractor (a minimum of two of the reference contracts shall be contracts which the Quoter provided services, as prime or subcontractor); The name, phone number, and email address of a person at the entity with whom the Quoter (or Quoter’s proposed subcontractor) held the contract who can verify the information the Quoter provides in the narrative description for this factor. NOTE: The information requested above is required for the Government to evaluate quotes for the technical capability factor. General statements claiming experience providing contracted fire alarm services that do not include specific references to prior contract work, or that do not include the information required above may result in a determination that the offeror has no relevant experience. Terms of any express warranty; Price and any discount terms. Quoters shall complete and submit the Price/Cost Schedule provided above. Submitted quotes must provide pricing for each unit price and extended prices, except Parts for Repairs. Quoters shall use the attached Battery Price Schedule to provide unit prices for each battery type. No other format will be accepted. Failure to provide complete pricing will result in offerors package being determined incomplete; Acknowledgment of Solicitation Amendments; Completed VAAR 852.219-75 Certificate of Compliance; Past performance information, when included as an decision factor, to include a minimum of three recent and relevant reference contracts for the same or similar services and references (including contract numbers, points of contact with email address and other relevant information); All quotes shall be sent to the Contract Specialist, via email at Christopher.Weider@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Addendum to 52.212-2, Evaluation-Commercial Products and Commercial Services Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following are the decision factors: Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the addendum to 52.212-1, Instructions to Offerors section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter’s likelihood of success in fulfilling the solicitation’s requirements as indicated by the quoter’s record of past performance. The past performance evaluation may be based on the contracting officer’s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. Price will be evaluated to determine whether it is fair and reasonable and if it reflects that the offeror understands the work. Note, quotes should not include pricing for Parts for Repairs at any Facility. Pricing for repair parts will be evaluated on a case-by-case basis at the time the repair requirement is identified. See Section J. of the Statement of Work. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than April 10, 2026, at 3:00pm ET at Christopher.Weider@va.gov. Late submissions shall be treated in accordance with the solicitation provision at RFO FAR 52.212-1(c). APEX Accelerators. If you would like assistance in responding to this post, please reach out to the Apex Accelerator Team in your area. Their website is APEX Accelerators and you can find your local office by searching the map on their home page. The Apex Accelerators offer a free service of assistance with reviewing and responding to government notices and postings for potential procurements. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Points of Contact listed below. All questions must be submitted no later than 2:00pm ET on Monday April 6, 2026. Not all questions will be answered. Answers to questions will be published via amendment to the solicitation. Point of Contact Contract Specialist, Chris Weider at Christopher.Weider@va.gov Contract Specialist, Nate Northrup at Nathan.Northrup@va.gov

View original listing