2
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 back-up batteries and the attached booster box batteries. There is a remote annunciator in the facilities main office that will also be replaced/upgraded. Replace existing devices in apartment 110 to be included in 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 stated in this SOW will be completed by the contractor for the contracted price decided prior to signing the contract by the contractor.
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 and a new door is installed on the cabinet.
Reuse of all field initiating devices and fully operational wiring is expected, minus the devices in apt 110 mentioned below 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 supplying the new annunciator and backbox in the main office.
Replace the system main back-up batteries with contractor supplied (2) 12V / 26Ah AGM Flame Retardant batteries, equivalent or greater. Replace batteries only. (see Attachment A)
Install contractor supplied Fire Sprinkler Head Spare box in the same room as the main panel/fire sprinkler system water supply room. The box will also contain (6) contractor supplied new sprinkler heads. Replacement type of similar brand, quality, style, rating of sprinklers currently installed at the Crescent House. (One type only of primary style currently installed). The box will also contain a contractor supplied Sprinkler Head Wrench to fit the type of sprinkler heads that are stored in the Fire Sprinkler Head Spare box.
Replace the system booster box back-up batteries (2) 12V / 8Ah AGM Flame Retardant batteries, equivalent or greater. Replace batteries only. (see Attachment A)
Update all programming necessary to complete the upgrade to leave the panel and system with no warnings, alerts, troubles, or faults at no additional cost to the government.
Replace all fire alarm system devices in apartment 110:
Non-Addressable Smoke Detectors 3
Addressable Smoke Detectors 2
Addressable Pull Stations 2
Horn-Strobe with Speaker 5
(existing units to be replaced with identical units for uniformity)
Troubleshoot and repair wiring, hardware, software issues related to system problems foreseen or unforeseen to include clearing known MAP fault. (up to 10 hrs if needed)
Connect existing NAC circuits to the new fire alarm system.
Ensure compliance with all National Fire Protection Agency codes to include NFPA 72, VA Fire Protection Design Manual, and local authority having jurisdiction (AHJ) requirements.
All wiring and connections will be neat and orderly. The wiring inside the panel will be properly bundled and run in straight direct lines. Solid wire connections will be made to avoid pig-tailing wires with wire nuts inside the panel. New wires will be run inside the panel if necessary to avoid this at no additional cost to the government.
Minimize disruption to building occupants and operations during upgrade.
3. Existing System
The main panel is in a large open area mechanical/electrical/service room with a lot of space to work. The panel is mounted on the outside of a plywood wall, and all immediate components have easy access to all elements of the panel. (see Attachment A)
The main panel is an addressable Edwards EST 3-CAB5R Complete Cabinet (Red), (Rev. 14), Mfg: week 47/2003 with two addressable loops.
The remote annunciator is an Edwards EST 3-RLCM/D, (Rev. 4), Mfg: 01/2022. (See Attachment A)
The system currently consists of approximately:
Non-Addressable Smoke Detectors 77
Addressable Smoke Detectors 34
Addressable Pull Stations 23
Exterior Rotating Beacon 1
Horn Strobe w/speaker 120
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 of work to completion and contract closeout.
Submit plans for VA and AHJ review/approval before commencement.
C. Equipment & Materials
Contractor Supplied 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 back-up batteries (UL flame rated)
Booster Panel back-up batteries (UL flame rated)
Fire alarm panel storage cabinet. The cabinet will be red, comply with current NFPA codes, and be made of durable steel minimum 20-22 gage
Fire sprinkler spare head box with (6) spare sprinkler heads and sprinkler head wrench. The cabinet will be red, comply with current NFPA codes, and be made of durable steel minimum 20-22 gage
NOTE: All equipment must be UL-listed, NFPA Code Compliant, and compatible with the Edwards EST4 system.
D. Installation
Remove and dispose of the existing fire alarm control panel and any obsolete hardware safely and completely.
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
Complete successful I/O point-to-point testing.
Complete full functional testing as per NFPA and VA requirements.
Provide documentation of testing and as-built drawings.
F. Training & Documentation
Train local 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 to include all reused/reinstalled equipment components.
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 with zero faults, alerts, troubles, or errors verified by VA Contract COR.
Testing/commissioning reports and as-built documentation.
Training sessions and manuals for facility staff.
5. Schedule
Kick-off & Assessment:Â Within 2 weeks of notice to proceed.
Design/Submittals:Â 3-4 weeks.
Installation:Â 4-6 weeks upon submittal approval.
Testing & Training:Â 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:Â Responsible for site assessments, design, installation, testing, training, and support.
VA/Crescent House:Â Responsible for providing site access, facilitating coordination, and reviewing submittals.
VA Project Manager/COR: Responsible for project oversight, acceptance of project completed work, and verification of project satisfactory completion.
8. Acceptance Criteria
EST4 system fully operational with no deficiencies, system faults, troubles, alerts, or problems.
All installed equipment defects free with all work areas cleaned up and no visible remaining signs from construction remaining.
All wiring neat and orderly, all necessary labels installed, all covers closed, all screws installed, all junction boxes closed with no visible wiring shown.
All tests completed and required documentation turned over and accepted by VA authority, AHJ and project COR.
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.
End of Statement of Work
Attachment A
The purchase order/contract period of performance is 12 weeks.
Place of Performance/Place of Delivery
Address:
Crescent House Transitional Residence Program
15 Veterans Way
Lowell, MA
Postal Code:
01852
Country:
UNITED STATES
The following solicitation provisions apply to this acquisition:
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 the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).]
52.225-2 Buy American Certificate.(OCT 2022)
As prescribed in 25.1101(a)(2), insert the following provision:
(a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component.
(2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no .
(3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
(4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies."
(b)Foreign End Products:
(c) Domestic end products containing a critical component:
Line Item No. ___
(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of provision)
As prescribed in 852.102(a), insert the following provision:
Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.]
(End of provision)
852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION)
As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate:
(iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA.
Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:
Printed Title of Signee:
Signature:
Date:
Company Name and Address:
(End of clause)
Parent topic:Â Subpart 852.2 - Text of Provisions and Clauses
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998).
As prescribed in 52.107(a), insert the following provision:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far.
52.252-2 Clauses Incorporated by Reference (FEB 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far.
The following contract clauses apply to this acquisition:
52.204-7 System for Award Management Registration (DEVIATION NOV 2025).
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025).
52.219-33 Nonmanufacturer Rule (SEP 2021).
52.203-18 Prohibition on Contracting with Entities (JAN 2018).
52.233-3 Protest after Award (DEVIATION NOV 2025).
52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025).
52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025).
852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020).
852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION).
852.223-71 Safety and Health (SEP 2019).
852.232-72 Electronic Submission of Payment Requests (NOV 2018).
852.246-71 Rejected Goods (OCT 2018)
52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025).
The following subparagraphs of FAR 52.212-5 are applicable:
52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024).
52.222-3 Convict Labor (June 2003).
52.222-21 Prohibition of Segregated Facilities (APR 2015).
52.222-26 Equal Opportunity (SEPT 2016).
52.222-35 Equal Opportunity for Veterans (JUN 2020).
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020).
52.222-37 Employment Reports on Veterans (Jun 2020).
52.222-41 Service Contract Labor Standards (AUG 2018).
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014).
52.222-50 Combating Trafficking in Persons (Oct 2025).
52.222-54 Employment Eligibility Verification (Jan 2025).
52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014).
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022).
52.225-1 Buy American-Supplies (Oct 2022).
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021).
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024).
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018).
52.242-5 Payments to Small Business Subcontractors (Jan 2017).
52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021).
52.203-17 Contractor Employee Whistleblower Rights (Nov 2023).
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017).
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023).
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021).
SAM: Interested parties shall be registered in 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 in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services.
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. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply here:Â https://www.cep.fsc.va.gov/
All quoters shall submit the following:
Attachment 1- Price Schedule
Attachment 2 - Past Performance Worksheet
All quotes shall be sent to the Contract Specialist, Yolanda Rankin
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors:
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement).
Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement).
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Questions shall be submitted to the Contracting Officer in writing via e-mail at yolanda.rankin@ va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 27-Apr- 2026 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
A site visit is planned for 23-April-2026 at 10:30AM. We will meet at the main entrance of the Crescent House Transitional Residence Program located at 15 Veterans Way, Lowell, MA 01852.
Submission of your response shall be received not later than 1-May-2026 by 12pm. RFQ responses must be submitted via email to: Yolanda.Rankin@va.gov. Hand deliveries shall not be accepted.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Point of Contact
Yolanda Rankin
Yolanda.Rankin@va.gov
ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Labor
1
JB
$________________
$_________________
0002
Material
1
JB
$________________
$_________________
0003
Troubleshooting
10
HR
$________________
$_________________
GRAND TOTAL
$_________________
ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors: