Opportunity
SAM #36C25925Q0740
Fire Alarm and Suppression System Services for VA Salt Lake City Health Care System (Siemens Cerberus)
Buyer
VHA Network Contracting Office 19
Posted
April 10, 2026
Respond By
April 23, 2026
Identifier
36C25925Q0740
NAICS
561621
This opportunity involves comprehensive fire alarm and fire suppression system services for the VA Salt Lake City Health Care System. - Government Buyer: - Department of Veterans Affairs - VA Salt Lake City Health Care System - Network Contract Office 19 (Greenwood Village, CO) - OEMs and Vendors: - Siemens (Cerberus Modular Alarm Systems) - Offerors must be authorized Siemens service representatives - Products/Services Requested: - 24/7 monitoring of fire alarm and fire suppression systems - Quarterly, semi-annual, and annual inspection, testing, and preventive maintenance - Emergency unscheduled maintenance repair labor (during and outside normal business hours) - Maintenance repair parts or replacement/modification parts allowance - Database management, quarterly reporting, and compliance with NFPA and Joint Commission standards - Unique or Notable Requirements: - Access to and authorization for Siemens Cerberus Modular Alarm Systems is mandatory - Proof of Utah State Fire Marshal’s Concern License Class H1 and H2 - Technician certifications for fire sprinkler and fire alarm inspection/testing - Detailed documentation, quarterly meetings with the COR, and personnel badging/training - Compliance with all applicable NFPA and Joint Commission standards - Place of Performance: - VA Salt Lake City Health Care System (George E. Wahlen Medical Center, 500 Foothill Boulevard/Drive, Salt Lake City, UT)
Description
Request for Quote (RFQ) #: 36C25925Q0740 FIRE ALARM AND FIRE SUPPRESSION SYSTEMS MONITORING, INSPECTION, TESTING, MAINTENANCE, AND REPAIR (MITMR) Services for The Department of Veterans Affairs Salt Lake City Health Care System (SLCHCS). Base year plus 4 additional option years. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Optional Site Visit: Will take place at 9:00am MDT Apr 16, 2026. See attached. Questions Deadline: 12:00pm CST Apr 21, 2026. All questions must be submitted in writing no later than the question cut-off date. All questions will be answered officially through an amendment to the solicitation. Quote Submission: To be provided to thomas.parsons2@va.gov and john.cheng2@va.gov no later than 12:00pm CST Apr 23, 2026. Quotes shall not be hand carried or faxed. Emailed quotes are the only method of submission (4MB email limit). The Government reserves the right to make the award solely on initial quotes received. Offerors bear the burden of ensuring all portions of the offer reach the designated office before the deadline. This RFQ must be completed in its entirety, signed, and dated; failure to do so shall not be considered for award. This is a RFQ, with solicitation number 36C25925Q0740. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This document and incorporated provisions and clauses are in effect through FAC 2025-06, effective October 01, 2025. The NAICS code for this procurement is 561621 (Fire alarm sales combined with installation, repair, or monitoring services) with a business size standard of $25 Million. This solicitation is open market unrestricted. Price/Cost Schedule - List of Line Items: Base Year Period: 05/01/2026 – 04/30/2027 Line Items Description Quantity Unit Unit Price ($) Extended Amount ($) 0001 24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW). 12 MO 0002 Quarterly testing and maintenance in accordance with the SOW. 4 EA 0003 Semi-annual testing and maintenance in accordance with the SOW. 2 EA 0004 Annual testing and maintenance in accordance with the SOW. 1 EA 0005 Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours. 24 HR 0006 Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours. 8 HR 0007 Allowance of maintenance repair parts or replacement/modification parts 1 LT $50,000.00 $50,000.00 Option Year 1 period: 05/01/2027 – 04/30/2028 <!-- Repeat similar table structure for Option Year 1, 2, 3, and 4 with respective line items --> <!-- For brevity, only the first year's table is shown here. --> Description of Requirements The requirement is for FIRE ALARM AND FIRE SUPPRESSION SYSTEMS MONITORING, INSPECTION, TESTING, MAINTENANCE, AND REPAIR (MITMR). Please reference the attached Statement of Work (SOW). Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at the VA SLCHCS. 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors' existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS) at the time of quote submission AND award, or it will be considered non-responsive and not eligible for award. Offerors are warned against contacting VA personnel other than the Contracting Officer and Contract Specialist prior to award. Unauthorized contact may result in exclusion from award considerations. All proprietary information must be clearly marked. Submissions not specifically required by this solicitation will count against page limitations unless otherwise indicated. Offerors shall include sufficient details to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL Volumes to submit: (I) Technical capability or quality; (II) Price; (III) Past Performance; (IV) VA Notice of Limitations on Subcontracting. Volume I - Technical: Demonstrate how the quote meets the requirements of the SOW, including proof of authorization to perform services, access to Siemens System, communication procedures, and certifications (e.g., Utah State Fire Marshal's License and Technician Certificates). Volume II - Price: Complete the pricing schedule for all base and option years. Volume III - Past Performance: Provide up to three recent and relevant efforts, including CPARS evaluations if available. End of Addendum to 52.212-1. 52.212-2, Evaluation--Commercial Items ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award to the responsible offeror whose conforming proposal is most advantageous, considering: Factor I: Technical capability or quality Factor II: Price Factor III: Past Performance Evaluation will be based on comparative analysis, and offers not meeting technical requirements will be excluded regardless of price. The total price for all options will be added to the base price for award evaluation. Unbalanced options may be grounds for rejection. End of Addendum to 52.212-2. 52.212-4, Contract Terms and Conditions--Commercial Items Applicable clauses are incorporated by reference, with precedence given as per 52.212-4(r). All offerors must comply with applicable laws and regulations. The Government reserves the right to deny clause change requests not included in this solicitation. Applicable Clauses (Selected List): NumberTitleSource 52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute <!-- Additional clauses listed similarly --> Additional Contract Requirements: 52.217-8: Option to Extend Services (NOV 1999) 52.217-9: Option to Extend the Term of the Contract (MAR 2000) <!-- Additional clauses listed similarly --> Provisions and Clauses Incorporated by Reference: See the full list in the solicitation document, including FAR and VAAR clauses, with references to their sources and applicability. Important Dates: Offers are due to Thomas Parsons and John Cheng by 12:00pm CST, Apr 23, 2026. Contact for Information: Thomas Parsons: thomas.parsons2@va.gov John Cheng: john.cheng2@va.gov