Skip to content
Department of Veterans Affairs

K063--Crescent House EST4 Fire Alarm Upgrade Bedford VA Medical Center

Solicitation: 36C24126Q0407
Notice ID: 7a42e891657a46cd93d2903dd4a6a9d5
TypePresolicitationNAICS 561621PSCK063Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateMEPostedApr 08, 2026, 12:00 AM UTCDueApr 17, 2026, 04:00 PM UTCCloses in 9 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: ME. Response deadline: Apr 17, 2026. Industry: NAICS 561621 • PSC K063.

Market snapshot

Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.

12-month awarded value
$30,803,921
Sector total $2,020,558,356 • Share 1.5%
Live
Median
$36,891
P10–P90
$11,106$70,918
Volatility
Volatile162%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.5%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$25,459,222)
Deal sizing
$36,891 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ME
Live POP
Place of performance
Department of Veterans Affairs Networking Contracting Office 1 (NCO 1), Contracting Office (90C) 1 VA Center • Augusta, ME • 04330
State: ME
Contracting office
Togus, ME • 04330 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ME20260047 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Maine • Penobscot
Rate
POWER EQUIPMENT OPERATOR: Grader/Blade, Mechanic, Paver (Asphalt, Aggregate, and Concrete), Roller Asphalt
Base $30.17Fringe $13.80
Rate
TRUCK DRIVER (Vacuum Truck)
Base $25.65Fringe $17.69
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
ME20260047 (Rev 1)
Open WD
Published Jan 23, 2026Maine • Penobscot
Rate
POWER EQUIPMENT OPERATOR: Grader/Blade, Mechanic, Paver (Asphalt, Aggregate, and Concrete), Roller Asphalt
Base $30.17Fringe $13.80
Rate
TRUCK DRIVER (Vacuum Truck)
Base $25.65Fringe $17.69
Rate
CARPENTER, Includes Form Work
Base $18.95Fringe $3.23
+17 more occupation rates in this WD
Davis-Baconstate match
ME20260041 (Rev 0)
Open WD
Published Jan 02, 2026Maine • Piscataquis
Rate
POWER EQUIPMENT OPERATOR: Grader/Blade, Milling Machine, Paver (Asphalt, Aggregate, and Concrete), Roller Asphalt
Base $30.17Fringe $13.80
Rate
CARPENTER, Includes Form Work
Base $18.34Fringe $2.84
Rate
HIGHWAY/PARKING LOT STRIPING: Laborer
Base $15.81Fringe $3.24
+16 more occupation rates in this WD
Davis-Baconstate match
ME20260026 (Rev 0)
Open WD
Published Jan 02, 2026Maine • Waldo
Rate
POWER EQUIPMENT OPERATOR (Backhoe,Excavator, Loader, Trackhoe)
Base $43.25Fringe $33.45
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $43.00Fringe $33.45
Rate
LABORER (Flagger)
Base $25.40Fringe $21.28
+7 more occupation rates in this WD
Davis-Baconstate match
ME20260021 (Rev 0)
Open WD
Published Jan 02, 2026Maine • Hancock
Rate
CARPENTER, Includes Form Work
Base $15.15Fringe $3.99
Rate
ELECTRICIAN
Base $24.87Fringe $8.54
Rate
IRONWORKER, STRUCTURAL
Base $24.95Fringe $12.32
+7 more occupation rates in this WD

Point of Contact

Name
Yolanda Rankin
Email
Yolanda.Rankin@va.gov
Phone
978-890-2709

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
241-NETWORK CONTRACT OFFICE 01 (36C241)
Office
Not available
Contracting Office Address
Togus, ME
04330 USA

More in NAICS 561621

Description

This is a Sources Sought notice only. This is not a request for quotes, and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621, Security Systems Services (except Locksmiths) with a size standard $25M. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Fire Alarm Upgrade System at the Bedford VA per the requirements below. Refer to the (Statement of Work ) below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the (Statement of Work). This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to (provide the Fire Alarm Upgrade are invited to submit a response to this Sources Sought Notice by 12:00PM EST, 17 April, 2026. All responses under this Sources Sought Notice must be emailed to yolanda.rankin@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the Fire Alarm Upgrade at the Bedford VA as listed in Attachment 2 (STATEMENT OF WORK) with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the (SOW). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK 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 to the EST4 platform. The new system must provide enhanced fire detection, notification, integration capabilities, and compliance with all relevant codes and VA standards. 2. Objectives Replace the current fire alarm control panel and all compatible devices with the Edwards EST4 system. Ensure compliance with NFPA 72, VA Fire Protection Design Manual, and local authority having jurisdiction (AHJ) requirements. Minimize disruption to building occupants and operations during upgrade. 3. 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 unique installation considerations. B. Design & Submittals Prepare detailed shop drawings, device layout, wiring diagrams, and sequence of operations. Submit plans for VA and AHJ review/approval before commencement. C. Equipment & Materials Supply and deliver EST4 fire alarm control panel and all required detectors, modules, pull stations, notification devices, power supplies, and batteries. All equipment must be UL-listed and compatible with the EST4 system. D. Installation Remove the existing fire alarm control panel and any obsolete hardware safely. Install EST4 system and all associated field devices as per the approved design. Ensure all wiring is in accordance with NEC and VA standards. Coordinate with related trades (e.g., IT for networking, electrical for power) as required. E. Testing & Commissioning Perform I/O point-to-point testing. Conduct full functional testing as per NFPA and VA requirements. Provide documentation of testing and as-built drawings. F. Training & Documentation Train Crescent House facility staff on system operation, troubleshooting, and basic maintenance. Provide all user manuals and training documents. G. Warranty & Support Minimum one-year warranty on all equipment and installation labor. Provide post-installation technical support by contract terms. 4. Deliverables Detailed design drawings and device lists. Submittal documents for VA/AHJ approval. EST4 system installed and fully operational. 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 submittal approval. Testing & Training: 1 week. Total estimated duration: 8-12 weeks. 6. Standards & Reference Material National Fire Protection Association (NFPA 72) VA Fire Protection Design Manual Local codes and AHJ requirements EST4 System Manufacturer Guides 7. Roles & Responsibilities Contractor: Responsible for site assessments, design, installation, testing, training, and support. VA/Crescent House: Responsible for providing site access, facilitating coordination, and reviewing submittals. 8. Acceptance Criteria EST4 system operational with no deficiencies. All tests and documentation approved by VA authority and AHJ. Facility staff trained. 10. General Provisions All work to comply with VA sensitive data handling and site privacy requirements. All workers adhere to Crescent House safety and security regulations.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.