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) #:Â ___________________________________________________
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: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.
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.