Skip to content
Department of Veterans Affairs

J063--FY26 | Fire Alarm Service and Upgrade | Base +4

Solicitation: 36C24226Q0336
Notice ID: d9484e6c99744ce88ede1e569e7dba4f
TypeCombined Synopsis SolicitationNAICS 561621PSCJ063Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateNYPostedMar 27, 2026, 12:00 AM UTCDueApr 10, 2026, 07:00 PM UTCCloses in 2 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Apr 10, 2026. Industry: NAICS 561621 • PSC J063.

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 NY
Live POP
Place of performance
Department of Veterans Affairs New York Harbor Healthcare System, 423 E. 23rd Street • New York, New York • 10010 United States
State: NY
Contracting office
Albany, NY • 12208 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NY20260022 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe, & Mechanical System Insulation)
Base $43.25Fringe $27.29
Rate
BRICKLAYER (Includes Pointing, Caulking, and Cleaning)
Base $33.45Fringe $20.14
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
NY20260022 (Rev 1)
Open WD
Published Jan 30, 2026New York • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe, & Mechanical System Insulation)
Base $43.25Fringe $27.29
Rate
BRICKLAYER (Includes Pointing, Caulking, and Cleaning)
Base $33.45Fringe $20.14
Rate
TILE SETTER
Base $31.81Fringe $17.50
+29 more occupation rates in this WD
Davis-Baconstate match
NY20260024 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tompkins
Rate
BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners
Base $33.68Fringe $29.89
Rate
Marble Masons, Tile Layers and Terrazzo Workers
Base $33.68Fringe $29.89
Rate
CEMENT MASON/CONCRETE FINISHER HEAVY/HIGHWAY CONSTRUCTION Cement Masons
Base $38.63Fringe $25.05
+25 more occupation rates in this WD
Davis-Baconstate match
NY20260113 (Rev 1)
Open WD
Published Jan 30, 2026New York • Otsego
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (MECHANICAL (Duct, Pipe & Mechanical System Insulation))
Base $43.25Fringe $27.29
Rate
BRICKLAYER
Base $62.54Fringe $29.40
Rate
CEMENT MASON/CONCRETE FINISHER
Base $34.32Fringe $20.52
+23 more occupation rates in this WD
Davis-Baconstate match
NY20260051 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tompkins
Rate
BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers, and Cleaners
Base $29.87Fringe $17.79
Rate
Marble Masons, Tile Layers, and Terrazzo Workers
Base $34.24Fringe $23.61
Rate
HEAVY/HIGHWAY Cement Masons
Base $38.63Fringe $25.05
+23 more occupation rates in this WD

Point of Contact

Name
Christopher Weider
Email
Christopher.Weider@va.gov
Phone
(716) 862-7461 x22470

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
242-NETWORK CONTRACT OFFICE 02 (36C242)
Office
Not available
Contracting Office Address
Albany, NY
12208 USA

More in NAICS 561621

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 0001 Manhattan - Fire Alarm System 0001AA Annual Fire Alarm System Inspection and Testing 1 EA 0001AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 0001AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 0001AD Smoke Detector Sensitivity Testing 543 EA 0002 Brooklyn Fire Alarm System 0002AA Annual Fire Alarm System Inspection and Testing 1 EA 0002AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 0002AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 0002AD Smoke Detector Sensitivity Testing 352 EA 0003 St. Albans Fire Alarm System 0003AA Annual Fire Alarm System Inspection and Testing 1 EA 0003AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 0003AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 0003AD Smoke Detector Sensitivity Testing 299 EA 0004 24/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan 12 MO 0005 Create and Maintain Inventory and Schematic Diagram for each facility. 3 EA 0006 Printer Installation One printer at each site. 3 EA 0007 One Time Replacement of all Fire Alarm Panel Batteries 1 JB Battery Price Schedule 0008 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 0009 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 0010 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 0011 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 1 5/01/2027 4/30/2028 1001 Manhattan - Fire Alarm System 1001AA Annual Fire Alarm System Inspection and Testing 1 EA 1001AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 1001AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 1002 Brooklyn Fire Alarm System 1002AA Annual Fire Alarm System Inspection and Testing 1 EA 1002AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 1002AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 1003 St. Albans Fire Alarm System 1003AA Annual Fire Alarm System Inspection and Testing 1 EA 1003AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 1003AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 1004 24/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan 12 MO 1005 Maintain Inventory and Schematic Diagram for each facility 3 EA 1006 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 1007 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 1008 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 1009 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 2 5/01/2028 4/30/2029 2001 Manhattan - Fire Alarm System 2001AA Annual Fire Alarm System Inspection and Testing 1 EA 2001AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 2001AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 2001AD Smoke Detector Sensitivity Testing 543 EA 2002 Brooklyn Fire Alarm System 2002AA Annual Fire Alarm System Inspection and Testing 1 EA 2002AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 2002AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 2002AD Smoke Detector Sensitivity Testing 352 EA 2003 St. Albans Fire Alarm System 2003AA Annual Fire Alarm System Inspection and Testing 1 EA 2003AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 2003AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 2003AD Smoke Detector Sensitivity Testing 299 EA 2004 24/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan 12 MO 2005 Maintain Inventory and Schematic Diagram for each facility 3 EA 2006 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 2007 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 2008 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 2009 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 3 5/01/2029 4/30/2030 3001 Manhattan - Fire Alarm System 3001AA Annual Fire Alarm System Inspection and Testing 1 EA 3001AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 3001AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 3002 Brooklyn Fire Alarm System 3002AA Annual Fire Alarm System Inspection and Testing 1 EA 3002AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 3002AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 3003 St. Albans Fire Alarm System 3003AA Annual Fire Alarm System Inspection and Testing 1 EA 3003AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 3003AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 3004 24/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan 12 MO 3005 Maintain Inventory and Schematic Diagram for each facility 3 EA 3006 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 3007 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 3008 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 3009 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 4 5/01/2030 4/30/2031 4001 Manhattan - Fire Alarm System 4001AA Annual Fire Alarm System Inspection and Testing 1 EA 4001AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 4001AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 4002 Brooklyn Fire Alarm System 4002AA Annual Fire Alarm System Inspection and Testing 1 EA 4002AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 4002AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 4003 St. Albans Fire Alarm System 4003AA Annual Fire Alarm System Inspection and Testing 1 EA 4003AB Semi-Annual Fire Alarm System Inspection and Testing 1 EA 4003AC Quarterly Fire Alarm System Inspection and Testing 4 QTR 4004 24/7 continuous monitoring for Brooklyn, St. Albans, and Manhattan 12 MO 4005 Maintain Inventory and Schematic Diagram for each facility 3 EA 4006 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 4007 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 4008 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 4009 Parts for Repairs at any Facility (see SOW section I) - - - - 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 Campus 800 Poly Place Brooklyn, NY 11209 Manhattan Campus 423 E. 23rd Street New York, NY 10010 St. Albans Community Living Center 179-00 Linden Boulevard Jamaica (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, programing, 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 d…

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.