Opportunity

SAM #36C26226Q0740

VA Seeks Fire Sprinkler System Inspection, Testing, and Emergency Repair Services for San Diego Healthcare System

Buyer

VA 262 Network Contract Office 22

Posted

April 29, 2026

Respond By

April 29, 2026

Identifier

36C26226Q0740

NAICS

238220, 238290

The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses to provide comprehensive fire sprinkler system inspection, testing, maintenance, and emergency repair services at the VA San Diego Healthcare System. - Government Buyer: - Department of Veterans Affairs - Network Contracting Office 22 (NCO 22), Phoenix VA Health Care System - Contracting office located in Gilbert, AZ - Products/Services Requested: - Monthly, quarterly, semiannual, and annual inspection and testing of water-based fire sprinkler systems and fire pumps - Must comply with NFPA 13 (2022) and NFPA 25 (2023) standards - Documentation using NFPA forms and compliance with The Joint Commission standards - Up to 200 hours of repair labor annually, including emergency and after-hours response - 2-hour response for emergencies, 8-hour for non-emergencies - Procurement and installation of repair parts, not to exceed $10,000 per year - Removal, testing, and replacement of 50 sprinkler heads annually (per NFPA 25 requirements) - Four one-hour annual training sessions for maintenance and operations staff - Unique/Notable Requirements: - Contractor must hold California C16 Fire Protection Contractor Certification - Asbestos safety certifications required - Strict compliance with federal, state, and VA safety standards - 24/7 service availability with specified response times - OEMs and Vendors: - No specific OEMs or part numbers are mentioned in the solicitation - Place of Performance: - VA San Diego Healthcare System, 3350 La Jolla Village Dr., San Diego, CA - Contract Structure: - Firm fixed price contract - Base period of one year with four one-year option periods

Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.

It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: Company name Address Point of contact Phone, fax, and email SAM UEI number Cage Code Tax ID Number Type of small business, e.g., Service-Disabled Veteran Owned Small Business Capability statement addressing the organization’s qualifications and ability to perform the work described below The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 East Indian School Road, Phoenix, AZ 85012-1839, intends to procure Fire Sprinkler Test & Inspections in accordance with the detailed requirements outlined in the attached Statement of Work. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 - Plumbing, Heating, and Air Conditioning Contractors ($19.0 Million dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov. All interested Offerors should submit information by e-mail to Charity.Cazee@va.gov. All submissions should be marked Attn: Charity Cazee, Contract Specialist and must be received no later than 12:00 pm PST on May 8, 2026. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Page 1 of 12

Page 12 of 12

Page 1 of

STATEMENT OF WORK CONTRACT TITLE: 664-VASD Fire Sprinkler System Inspection, Testing, and Emergency Repair PLACE OF PERFORMANCES: VA San Diego Healthcare System, 3350 La Jolla Village Dr., San Diego, CA 92161 PERIOD OF PERFORMANCE: Base: 04/01/2026 - 03/31/2027 OY1: 04/01/2027 - 03/31/2028 OY2: 04/01/2028 - 03/31/2029 OY3: 04/01/2029 - 03/31/2030 OY4: 04/01/2030 - 03/31/2031 CONTRACT TYPE: Firm Fixed Price BACKGROUND: The VASDHS at 3350 La Jolla Village Drive, San Diego CA, is part of the Desert Pacific Healthcare Network (VISN 22), and is one of the most diversified tertiary health care providers in the VA. It is a teaching hospital, providing a full range of patient services, with state-of-the-art technology as well as education and research. The Fire Sprinkler System is monitored through an Edwards EST3 Fire Alarm Panel. The building systems are pressurized through both an electric motor driven pumping system and city loop pressure, depending on how the building is tied in. NFPA requires annual, semiannual, quarterly, and monthly inspections and testing of the fire suppression system and all components. As deficiencies are identified, the maintenance package will provide funding to address immediate and minor repairs to the system. REQUIREMENTS: General: The contractor will conduct Fire Sprinkler System & Fire Pump Inspection, Testing, and Maintenance. The inspections, testing, and maintenance are to ensure compliance with NFPA 13, NFPA 25, and The Joint Commission standards. Specific Tasks: Fire Sprinkler System & Fire Pump Inspection, Testing, and Maintenance: The contractor shall supply all labor, tools, supervision, materials, and equipment necessary to complete all monthly, quarterly, semiannual, and annual inspection/testing of the Water Based Fire Sprinkler System in accordance with NFPA 25 (2023) and NFPA 13 (2022) or most current standards. The contractor shall use NFPA Forms found in NFPA 13 and 25 to document testing, inspection, and repairs to the system. The test results will be documented and presented in The Joint Commission, Physical Environment (PE) standard PE 04.01.01 by Element of Performance (EP) standard EP 2. Repairs: The contractor shall provide 200 normal working hours of labor for repairs to keep the covered equipment operating in optimum condition during the contract. It will be used for additional testing of the system on all faulty, damaged, or potentially corrupted devices/equipment identified during inspections and emergency malfunctions. The 200 hours is the normal business hourly rate, and holiday/emergency/after-hours rates will be adjusted and applied from the normal working hours total dollar value. Labor rates will be billed based on response time: normal working hour rates, after-hour rates, or holiday/emergency response hourly rates. Hourly rates will be invoiced immediately after additional work is completed. The labor rate for both normal business hours, after hours, and weekend/holiday hours shall be provided. Contractors will be required to monitor annual labor expenditures and advise the COR prior to exceeding the allotted dollar value in labor. Service Calls and Parts Procurement: Provide service calls when Fire Sprinkler System equipment needs repairs. When the system needs repaired, the contractor shall repair and provide parts, not to exceed $10,000.00 per current annum of the contract. Parts will be invoiced at cost to the vendor, along with shipping and handling. Parts used for repairs will be listed individually in the invoice and submitted upon completion of each repair. If more than $10,000 in parts is required, a contract modification will be required. Contractors will be required to monitor annual expenditure and advise the COR prior to exceeding the $10,000 parts limit. Sprinkler Head Testing: Provide sprinkler head removal, replacement, and testing of a sample group, including removal of fifty (50) sprinkler heads that are 20 years old and sending them out for testing, per NFPA 25 (2023) chapter 5.3, and replacing the tested heads with new sprinkler heads. Training: The Contractor shall supply all necessary tools, materials, and equipment to provide training to maintenance and operation staff for one (1) hour training sessions four times a year, totaling four (4) hours. The training includes hands-on work on sprinkler valves, orientation to control valves and fire pump locations within the facility, or other training required to supervise the operations and maintenance of the Fire Sprinkler System. Supporting information includes details about the Medical Center Water Based Fire System, buildings involved, and specific inspection and testing schedules, which are documented in a detailed table and list of components. Deliverables include: Availability for call 24/7 with response times within 2 hours for emergencies and 8 hours for non-emergencies. Annual assessment and potential contract modifications based on system expansion. Electronic and paper reports of all tests, inspections, and maintenance. Documentation in accordance with NFPA standards and presentation in The Joint Commission format. Immediate reporting of deficiencies, with prior approval required for repairs outside the scope. Work quality inspection by the Contracting Officer or an independent third party. Contractor qualifications include obtaining necessary licenses, maintaining insurance, and providing asbestos training and certifications. The contractor must also comply with all relevant safety standards, codes, and regulations, including OSHA, NFPA, and EPA standards for asbestos. Work hours are generally during normal business hours, with provisions for overtime and holiday work at the contractor’s expense. Invoices must be itemized and submitted electronically, with specific data required for processing. Wage determinations are based on Service Contract Act WD #: 2015-5635, Rev. 29, published 12/02/2025.

View original listing