Request for Quote (RFQ) #: 36C25925Q0740
FIRE ALARM AND FIRE SUPPRESSION SYSTEMS MONITORING, INSPECTION, TESTING, MAINTENANCE, AND REPAIR (MITMR) Services for The Department of Veterans Affairs Salt Lake City Health Care System (SLCHCS).
Base year plus 4 additional option years.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* An Optional Site Visit will take place at 9:00am MDT Apr 16, 2026. See attached
* The deadline for all questions is 12:00pm CST Apr 21, 2026.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to thomas.parsons2@va.gov and john.cheng2@va.gov no later than 12:00pm CST Apr 23, 2026.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ), and the solicitation number is 36C25925Q0740. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025.
The North American Industrial Classification System (NAICS) code for this procurement is 561621 Fire alarm sales combined with installation, repair, or monitoring services with a business size standard of $25 Million. This solicitation is open market unrestricted.
Price/Cost Schedule - List of Line Items:
Base Year Period: 05/01/2026 04/30/2027
Line Items
Description
Quantity
Unit
Unit Price ($)
Extended Amount ($)
0001
24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW).
12
MO
0002
Quarterly testing and maintenance in accordance with the SOW.
4
EA
0003
Semi-annual testing and maintenance in accordance with the SOW.
2
EA
0004
Annual testing and maintenance in accordance with the SOW.
1
EA
0005
Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours.
24
HR
0006
Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours
8
HR
0007
Allowance of maintenance repair parts or replacement/modification parts
1
LT
$50,000.00
$50,000.00
Option Year 1 period: 05/01/2027 04/30/2028
Line Items
Description
Quantity
Unit
Unit Price ($)
Extended Amount ($)
1001
24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW).
12
MO
1002
Quarterly testing and maintenance in accordance with the SOW.
4
EA
1003
Semi-annual testing and maintenance in accordance with the SOW.
2
EA
1004
Annual testing and maintenance in accordance with the SOW.
1
EA
1005
Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours.
24
HR
1006
Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours
8
HR
1007
Allowance of maintenance repair parts or replacement/modification parts
1
LT
$50,000.00
$50,000.00
Option Year 2 period: 05/01/2028 04/30/2029
Line Items
Description
Quantity
Unit
Unit Price ($)
Extended Amount ($)
2001
24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW).
12
MO
2002
Quarterly testing and maintenance in accordance with the SOW.
4
EA
2003
Semi-annual testing and maintenance in accordance with the SOW.
2
EA
2004
Annual testing and maintenance in accordance with the SOW.
1
EA
2005
Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours.
24
HR
2006
Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours
8
HR
2007
Allowance of maintenance repair parts or replacement/modification parts
1
LT
$50,000.00
$50,000.00
Option Year 3 period: 05/012/2029 04/30/2030
Line Items
Description
Quantity
Unit
Unit Price ($)
Extended Amount ($)
3001
24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW).
12
MO
3002
Quarterly testing and maintenance in accordance with the SOW.
4
EA
3003
Semi-annual testing and maintenance in accordance with the SOW.
2
EA
3004
Annual testing and maintenance in accordance with the SOW.
1
EA
3005
Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours.
24
HR
3006
Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours
8
HR
3007
Allowance of maintenance repair parts or replacement/modification parts
1
LT
$50,000.00
$50,000.00
Option Year 4 period: 05/01/2030 04/30/2031
Line Items
Description
Quantity
Unit
Unit Price ($)
Extended Amount ($)
4001
24/7 Monitoring of Fire Alarm and Fire Suppression system support services in accordance with the Statement of Work (SOW).
12
MO
4002
Quarterly testing and maintenance in accordance with the SOW.
4
EA
4003
Semi-annual testing and maintenance in accordance with the SOW.
2
EA
4004
Annual testing and maintenance in accordance with the SOW.
1
EA
4005
Emergency unscheduled maintenance repair labor hours performed onsite during normal business hours.
24
HR
4006
Emergency unscheduled maintenance repair labor hours performed onsite outside of normal business hours
8
HR
4007
Allowance of maintenance repair parts or replacement/modification parts
1
LT
$50,000.00
$50,000.00
Description of Requirements for the items/Services to be acquired: The requirement is for FIRE ALARM AND FIRE SUPPRESSION SYSTEMS MONITORING, INSPECTION, TESTING, MAINTENANCE, AND REPAIR (MITMR), please reference attached Statement of Work (SOW).
Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at the VA SLCHCS.
52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Submission of quote shall include the following volumes: (I) Technical capability or quality offered to meet the Government requirement; (II) Price; (III) Past Performance; and (IV) Completion of VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.
Volume I - Technical capability or quality to meet the Government requirement. The offeror shall submit its quote demonstrating how it meets the requirements of the Statement of Work (SOW) and solicitation, to include the Specifications listed in Section 3 of the SOW.
Offeror must submit proof of their authorization to perform the services and access to the current Siemens System. An authorized letter from Siemens listing the contractor s company shall be submitted with this package.
Offeror must provide technical documentation explaining their communication operational procedures to notify the customer and responded fire department.
Offeror must provide proof of an active Utah State Fire Marshal s (SFM) Concern License Class H1 and H2.
Offeror must provide proof of active certification of their designated technician(s) Utah State SFM Automatic Fire Sprinkler System Inspecting and Testing Certificate(s).
Offeror must provide proof of active certificates of their designated technician(s) Utah State SFM Fire Alarm Inspecting and Testing Certificate(s).
Volume II Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall price the base and all option year line items.
Volume III Past Performance
Offerors shall provide a maximum of three (3) recent and relevant past efforts (as defined below) to demonstrate their ability to perform the proposed work. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted. If not providing CPARS evaluation past performance references must include contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. To be recent past performance is defined as not more than five (5) years from the RFQ release date of this solicitation.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition.
ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS:
The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor I. Technical capability or quality offered to meet the Government requirement
Factor II. Price
Factor III. Past Performance
Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers:
Factor I. Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Factor II. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the service offered to the Government s requirement, as stated in Factor 1 shall not be selected regardless of price.
Factor III. Past Performance: The Government will evaluate on how well the offeror identified performance relates to the requirement procured under the SOW for this procurement to determine relevancy. How well the offeror performed on identified contracts shall be used to assess performance confidence.
If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered nonresponsive.
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s)
(End of Addendum to 52.212-2)
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR.
The following RFO clauses are incorporated by reference:
Applicable (X)
Number
Title
Source
X
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
X
52.203-13
Contractor Code of Business Ethics and Conduct
Statute
X
52.203-17
Contractor Employee Whistleblower Rights
Statute
X
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Statute
X
52.204-9
Personal Identity Verification of Contractor Personnel
Other
X
52.204-13
System for Award Management Maintenance
Statute
52.204-91
Contractor identification
Other
X
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
Statute
X
52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
Statute
X
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Statute
52.219-4
Notice of Price Evaluation Preference for HUBZone Small Business Concerns
Statute
X
52.219-6
Notice of Total Small Business Set-Aside
Statute
52.219-6 with Alt I
Notice of Total Small Business Set-Aside, with Alternate I
Statute
X
52.219-8
Utilization of Small Business Concerns
Statute
52.219-9
Small Business Subcontracting Plan
Statute
52.219-9 with Alt I
Small Business Subcontracting Plan, with Alternate I
Statute
52.219-9 with Alt II
Small Business Subcontracting Plan, with Alternate II
Statute
52.219-9 with Alt III
Small Business Subcontracting Plan, with Alternate III
Statute
52.219-9 with Alt IV
Small Business Subcontracting Plan, with Alternate IV
Statute
52.219-14
Limitations on Subcontracting
Statute
52.219-16
Liquidated Damages Subcontracting Plan
Statute
52.219-33
Nonmanufacturer Rule
Statute
X
52.222-3
Convict Labor
EO
X
52.222-19
Child Labor Cooperation with Authorities and Remedies
EO
X
52.222-35
Equal Opportunity for Veterans
Statute
52.222-35 with Alt I
Equal Opportunity for Veterans, with Alternate I
Statute
X
52.222-36
Equal Opportunity for Workers with Disabilities
Statute
52.222-36 with Alt I
Equal Opportunity for Workers with Disabilities, with Alternate I
Statute
X
52.222-37
Employment Reports on Veterans
Statute
X
52.222-40
Notification of Employee Rights Under the National Labor Relations Act
EO
X
52.222-41
Service Contract Labor Standards
Statute
52.222-42
Statement of Equivalent Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
_____________ __________________________
_____________ __________________________
Statute
X
52.222-43
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
Statute
52.222-44
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
Statute
X
52.222-50
Combating Trafficking in Persons
Statute
52.222-50 with Alt I
Combating Trafficking in Persons, with its Alternate I
Statute
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements
Other
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements
Other
X
52.222-54
Employment Eligibility Verification
EO
X
52.222-62
Paid Sick Leave Under Executive Order 13706
EO
X
52.223-2
Reporting of Biobased Products Under Service and Construction Contracts
Statue
52.223-9
Estimate of Percentage of Recovered Material Content for EPA-Designated Items
Statute
52.223-9 with Alt I
Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I
Statute
52.223-11
Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
Statute
52.223-12
Maintenance
Statute
52.223-20
Aerosols
Statute
52.223-21
Foams
Statute
X
52.223-23
Sustainable Products and Services
Statute
52.224-3
Privacy Training
Statute
52.224-3 with Alt I
Privacy Training, with Alternate I
Statute
52.225-1
Buy American-Supplies
Statute
52.225-1 with Alt I
Buy American-Supplies, with Alternate I
Statute
52.225-3
Buy American-Free Trade Agreements-Israeli Trade Act
Statute
52.225-3 with Alt II
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II
Statute
52.225-3 with Alt III
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III
Statute
52.225-3 with Alt IV
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV
Statute
52.225-5
Trade Agreements
Statute
52.225-19
Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States
Other
52.225-26
Contractors Performing Private Security Functions Outside the United States
Statute
52.226-4
Notice of Disaster or Emergency Area Set-Aside
Statute
52.226-5
Restrictions on Subcontracting Outside Disaster or Emergency Area
Statute
X
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
EO
52.229-12
Tax on Certain Foreign Procurements
Statute
52.232-29
Terms for Financing of Commercial Products and Commercial Services
Statute
52.232-30
Installment Payments of Commercial Products and Commercial Services
Statute
X
52.232-33
Payment by Electronic Funds Transfer System for Award Management
Statute
52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management
Statute
52.232-36
Payment by Third Party
Statute
X
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Statute
52.232-90
Fast Payment Procedure
Statute
X
52.233-3
Protest After Award
Statute
X
52.233-4
Applicable Law for Breach of Contract Claim
Statute
X
52.240-91
Security Prohibitions and Exclusions
Statute
52.240-91 with Alt I
Security Prohibitions and Exclusions, with Alternate I
Statute
52.240-92
Security Requirements
Other
52.240-92 with Alt II
Security Requirements with Alternate II
Other
52.240-93
 Basic Safeguarding of Covered Contractor Information Systems
Â
X
52.244-6
Subcontracts for Commercial Products and Commercial Services
Statute
52.247-64
Preference for Privately Owned U.S.-Flag Commercial Vessels
Statute
52.247-64 with Alt I
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I
Statute
52.247-64 with Alt II
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II
Statute
Additional contract requirements or terms and conditions:
52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items:
VAAR Clauses are incorporated by reference as follows:
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR
852.204-70
Personal Identity Verification of Contractor Personnel (MAR 2026)
VAAR 852.219-73
VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
VAAR 852.222-71
Compliance with Executive Order 13899. (DEVIATION) (APR 2025)
VAAR Provisions are incorporated as follows:
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
RFO 52.252-1 Solicitation Provisions Incorporated by Reference
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 RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following RFO provisions are to be incorporated by reference:
Applicable (X)
Number
Title
Source
X
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Statute
X
52.203-18
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
Statute
X
52.204-7
System for Award Management Registration
Statute
52.204-7 with Alt I
System for Award Management Registration, with Alternate I
Statute
52.204-90
Offeror Identification
Statute
52.207-6
Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
Statute
52.209-12
Certification Regarding Tax Matters
Statute
52.219-2
Equal Low Bids
Statute
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
52.222-48
Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
Other
52.222-52
Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
Other
52.222-56
Certification Regarding Trafficking in Persons Compliance Plan
Statute
52.223-4
Recovered Material Certification
Statute
52.225-2
Buy American Certificate
Statute
52.225-4
Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Statute
52.225-6
Trade Agreements-Certificate
Statute
52.225-20
Prohibition on Conducting Restricted Business Operations in Sudan-Certification
Statute
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Statute
52.226-3
Disaster or Emergency Area Representation
Statute
52.229-11
Tax on Certain Foreign Procurements Notice and Representation
Statute
X
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
Statute
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to Thomas Parsons thomas.parsons2@va.gov and John Cheng john.cheng2@va.gov by 12:00pm CST, Apr 23, 2026.
Name and email of the individual to contact for information regarding the solicitation: Thomas Parsons thomas.parsons2@va.gov and John Cheng john.cheng2@va.gov.