Opportunity
SAM #36C24126Q0434
Edwards EST4 Fire Alarm System Upgrade at Crescent House, Lowell, MA
Buyer
Department of Veterans Affairs
Posted
April 20, 2026
Respond By
May 01, 2026
Identifier
36C24126Q0434
NAICS
561621, 238210
The Department of Veterans Affairs is seeking a contractor to upgrade the fire alarm system at the Crescent House Transitional Residence Program in Lowell, MA. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 1 (NCO 1), Contracting Officer (90C) - OEMs and Vendors: - Edwards (manufacturer of EST3 and EST4 fire alarm systems) - Products/Services Requested: - Replacement of existing Edwards EST3 fire alarm system with Edwards EST4 system - Edwards EST4 fire alarm control panel and all required internal/external components - Edwards EST4 compatible remote command module (annunciator) and backbox - Fire alarm panel storage cabinet (red, steel, 20-22 gauge) - Fire sprinkler spare head box with six new sprinkler heads and wrench - Main panel back-up batteries (2x 12V/26Ah AGM flame retardant) - Booster panel back-up batteries (2x 12V/8Ah AGM flame retardant) - Replacement fire alarm devices in apartment 110: - 3 non-addressable smoke detectors - 2 addressable smoke detectors - 2 addressable pull stations - 5 horn-strobe with speaker devices - Services: - Installation, programming, testing, commissioning, and staff training for the new system - Troubleshooting and repair (up to 10 hours) - Site assessment, design, documentation, and warranty support - Unique or Notable Requirements: - All equipment must be UL-listed, NFPA code compliant, and compatible with the Edwards EST4 system - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Compliance with VA standards and local codes - Work includes both hardware and software aspects, with staff training required - Place of Performance: - Crescent House Transitional Residence Program, 15 Veterans Way, Lowell, MA - Bedford VA Medical Center, 200 Springs Rd, Bedford, MA (associated facility) - Contracting Office: - Network Contract Office 01, One VA Center, Togus, ME
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, 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 2026-01, dated 3/13/2026. 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 K063. The Bedford VA Medical Center located at 200 Springs Rd in Bedford, MA 01730 is seeking to purchase services to complete the Fire Alarm Upgrade at the Crescent House. Wage Determination 2015-4047 is applicable. Statement of Work (SOW) Crescent House: EST4 Fire Alarm System Upgrade 1. Project Overview This Statement of Work outlines the requirements for upgrading the existing fire alarm system at Crescent House Transitional Residence Program located at 15 Veterans Way, Lowell, MA 01852. The Crescent House Transitional Residence Program building is a three-story apartment type complex housing approximately 40 Veterans. The apartments are broken down into multi-bedroom units (2-4 per Unit) that share living room kitchens. The facility has 22 units with approximately 40 bedrooms. The first-floor units are single story units. The second floor has kitchens and living rooms with 1-2 bedrooms. The remainder of the bedrooms are on the third floor. The units are also connected to the adjacent units through doors/hallways on the second and third floors. There are common area smoke detectors, manual pull stations, and monitor points for sprinkler flow and tamper switches. The apartments have smoke detectors with sounder bases. The panel communicates directly to the fire department via a Keltron Wireless Radio box. The government is looking to upgrade the existing Edwards EST3 System to the more modernized EST4 system. The upgrade will include new battery installation of the primary system backup batteries and the attached booster box batteries. There is a remote annunciator in the facility's main office that will also be replaced/upgraded. Existing devices in apartment 110 will be replaced as part of the upgrade. The new system must provide compliance with all relevant codes and VA standards. All services listed in this SOW are what the government is purchasing for the contracted price. All work stated in this SOW will be completed for the contracted price at no additional cost to the government. This is a Firm-Fixed Price contract without modification. Any work in this SOW will be completed by the contractor for the pre-agreed contracted price. 2. Objectives/Work to Complete Replace the current fire alarm control panel and all internal components with contractor-supplied Edwards EST4 system and internal components. Reuse of backbox is acceptable if desired, with a new door installed on the cabinet. Reuse all field initiating devices and fully operational wiring, except for devices in apartment 110 to be replaced. Install/mount a contractor-supplied small fire alarm panel storage cabinet for as-builts and fire alarm system software in the same location as the main panel. Replace the remote annunciator with a contractor-supplied new annunciator and backbox in the main office. Replace the system main backup batteries with contractor-supplied (2) 12V / 26Ah AGM Flame Retardant batteries, equivalent or greater. Batteries only. (see Attachment A) Install a contractor-supplied Fire Sprinkler Head Spare box in the same room as the main panel/fire sprinkler system water supply room. The box will contain (6) contractor-supplied new sprinkler heads of similar brand, quality, style, and rating as currently installed. The box will also contain a contractor-supplied Sprinkler Head Wrench. Replace the booster box backup batteries (2) 12V / 8Ah AGM Flame Retardant batteries, equivalent or greater. Batteries only. (see Attachment A) Update all programming to ensure the panel and system have no warnings, alerts, troubles, or faults at no additional cost. Replace all fire alarm system devices in apartment 110: 3 Non-Addressable Smoke Detectors, 2 Addressable Smoke Detectors, 2 Addressable Pull Stations, 5 Horn-Strobe with Speaker units (to be replaced with identical units for uniformity). Troubleshoot and repair wiring, hardware, software issues, including clearing known MAP faults (up to 10 hours if needed). Connect existing NAC circuits to the new fire alarm system. Ensure compliance with all NFPA codes, VA Fire Protection Design Manual, and local AHJ requirements. Maintain neat and orderly wiring, proper bundling, and proper connections inside the panel, avoiding pig-tailing with wire nuts. Run new wires inside the panel if necessary at no additional cost. Minimize disruption to building occupants and operations during the upgrade. 3. Existing System The main panel is located in a large open mechanical/electrical/service room with ample space. It is mounted on the outside of a plywood wall, with easy access to all components. (see Attachment A) The main panel is an addressable Edwards EST 3-CAB5R Complete Cabinet (Red), (Rev. 14), manufactured in week 47/2003, with two addressable loops. The remote annunciator is an Edwards EST 3-RLCM/D, (Rev. 4), manufactured in 01/2022. (See Attachment A) The system currently includes approximately: 77 Non-Addressable Smoke Detectors 34 Addressable Smoke Detectors 23 Addressable Pull Stations 1 Exterior Rotating Beacon 120 Horn Strobe units with speakers Sprinkler flow switch Sprinkler tamper switch with attached modules Scope of Work A. Site Assessment Conduct a pre-installation survey to verify current fire alarm system configuration, device locations, and building layouts. Identify areas requiring extra coverage or any unique installation considerations. B. Design & Submittals Prepare detailed shop drawings, device layout, wiring diagrams, and sequence of operations with timelines for work completion and contract closeout. Submit plans for VA and AHJ review/approval before commencement. C. Equipment & Materials Contractor supplies brand new: Edwards EST4 fire alarm control panel and all required internal and external components Edwards EST4 compatible remote command module (remote annunciator) and backbox Fire alarm initiating devices for apartment 110: detectors, modules, pull stations, notification devices (see list above) Main panel backup batteries (UL flame rated) Booster panel backup batteries (UL flame rated) Fire alarm panel storage cabinet, red, steel, 20-22 gage, NFPA compliant Fire sprinkler spare head box with 6 sprinkler heads and sprinkler head wrench, red, steel, 20-22 gage, NFPA compliant Note: All equipment must be UL-listed, NFPA code compliant, and compatible with the Edwards EST4 system. D. Installation Remove and dispose of existing fire alarm control panel and obsolete hardware safely and completely. Install EST4 system and all associated field devices as per approved design. Ensure wiring complies with NEC and VA standards. Coordinate with related trades (IT, electrical) as required. E. Testing & Commissioning Complete successful I/O point-to-point testing. Perform full functional testing per NFPA and VA requirements. Provide testing documentation and as-built drawings. F. Training & Documentation Train facility staff on system operation, troubleshooting, and maintenance. Provide user manuals and training documents. G. Warranty & Support Minimum one-year warranty on equipment and installation labor, including reused components. Provide post-installation technical support per contract terms. 4. Deliverables Detailed design drawings and device lists. Submittal documents for VA/AHJ approval. Fully operational EST4 system with zero faults, verified by VA Contract COR. Testing/commissioning reports and as-built documentation. Training sessions and manuals for facility staff. 5. Schedule Kick-off & Assessment: within 2 weeks of notice to proceed. Design & Submittals: 3-4 weeks. Installation: 4-6 weeks upon approval. Testing & Training: 1 week. Total duration: 8-12 weeks. 6. Standards & Reference Material NFPA 72 VA Fire Protection Design Manual Local codes and AHJ requirements EST4 System Manufacturer Guides 7. Roles & Responsibilities Contractor: site assessments, design, installation, testing, training, support. VA/Crescent House: site access, coordination, review of submittals. VA Project Manager/COR: project oversight, acceptance, verification. 8. Acceptance Criteria EST4 system fully operational with no deficiencies. All equipment defect-free, work areas clean. Neat wiring, proper labels, covers closed, screws installed, junction boxes closed. All tests completed, documentation accepted by VA, AHJ, and project COR. Facility staff trained. 10. General Provisions Work to comply with VA sensitive data handling and site privacy requirements. Workers adhere to Crescent House safety and security regulations. End of Statement of Work Attachment A The purchase order/contract period of performance is 12 weeks. Place of Performance/Delivery Address: Crescent House Transitional Residence Program 15 Veterans Way Lowell, MA 01852 Country: UNITED STATES Solicitation Provisions FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via SAM at https://sam.gov/ in accordance with FAR 52.212-3. If paragraph (j) applies, a written submission is required. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, in accordance with FAR 12.301(c). The contracting officer may insert this provision or include a similar one with evaluation factors. 52.225-2 Buy American Certificate (OCT 2022): Offeror certifies each end product is domestic unless listed as foreign. Foreign end products and domestic end products with critical components are to be listed separately. Additional provisions and clauses are incorporated by reference, including FAR clauses and VA-specific clauses listed in the document. Additional Information Interested parties shall be registered in SAM and VISTA to be eligible for award. Submission requirements include Attachment 1 (Price Schedule) and Attachment 2 (Past Performance Worksheet). Quotes should be sent to Yolanda Rankin at yolanda.rankin@va.gov by 12:00 PM on 1-May-2026. A site visit is scheduled for 23-April-2026 at 10:30 AM at the Crescent House. Questions are due by 27-Apr-2026 at 4:00 PM EST.