This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.
It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) SAM UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.
The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 East Indian School Road, Phoenix, AZ 85012-1839, to Contractor to procure Fire Sprinkler Test & Inspections in accordance with the detailed requirements outlined in the attached Statement of Work.
Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 - Plumbing, Heating, and Air Conditioning Contractors ($19.0 Million dollars).
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov.
All interested Offerors should submit information by e-mail to Charity.Cazee@va.gov . All information submissions to be marked Attn: Charity Cazee, Contract Specialist and should be received no later than 12:00 pm PST on May 8,2026.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Page 1 of
Page 12 of 12
Page 1 of
STATEMENT OF WORK
CONTRACT TITLE: 664-VASD Fire Sprinkler System Inspection, Testing, and Emergency Repair
PLACE OF PERFORMANCES: VA San Diego Healthcare System, 3350 La Jolla Village Dr., San Diego, CA 92161
PERIOD OF PERFORMANCE:
Base: 04/01/2026 03/31/2027
OY1: 04/01/2027 03/31/2028
OY2: 04/01/2028 03/31/2029
OY3: 04/01/2029 03/31/2030
OY4: 04/01/2030 03/31/2031
CONTRACT TYPE: Firm Fixed Price
BACKGROUND: The VASDHS at 3350 La Jolla Village Drive, San Diego CA, CA 92161 is part of the Desert Pacific Healthcare Network (VISN 22), and is one of the most diversified tertiary health care providers in the VA. It is a teaching hospital, providing a full range of patient services, with state-of-the art technology as well as education and research. The Fire Sprinkler System is monitored through an Edwards EST3 Fire Alarm Panel. The buildings systems are pressurized through both an electric motor driven pumping system and city loop pressure, depending on how the building is tied in.
NFPA requires annual, semiannual, quarterly, and monthly inspecting and testing of the fire suppression system and all the components. As deficiencies are identified the maintenance package will provide funding to address immediate and minor repairs to the system.
REQUIREMENTS: General: The contractor will conduct Fire Sprinkler System & Fire Pump Inspection, Testing and Maintenance. The Inspections, Testing, and maintenance are to ensure compliance with NFPA 13, NFPA 25 and The Joint Commission standards.
Specific Tasks:
Task 1: Fire Sprinkler System & Fire Pump Inspection, Testing and Maintenance: The contractor shall supply all labor, tools, supervision, materials, and equipment necessary to complete all monthly, quarterly, semiannual, and annual Inspection/testing, of the Water Based Fire Sprinkler System in accordance with the NFPA 25 (2023) and NFPA 13 (2022) or most current standards. Contractor shall use NFPA Forms found in NFPA 13 and 25 to document testing, inspection, and repairs to the system. The test results will be documented and presented in The Joint Commission, Physical Environment (PE) standard PE 04.01.01 by Element of Performance (EP) standard EP 2.
Task 2: Repairs: The contractor shall provide 200 normal working hours of labor for repairs to keep the covered equipment operating in optimum condition during the contract. It will be used for additional testing of the system on all faulty, damaged, or potentially corrupted devices/equipment identified during inspections and emergency malfunctions. The 200 hours is the normal business hourly rate and holiday/emergency/after-hours rates will be adjusted and applied from the normal working hours total dollar value. Labor rates will be billed based off of response time: normal working hour rates, after hour rates, or holiday/emergency response hourly rates. Hourly rates will be invoiced immediately after additional work is completed. The labor rate for both normal business hours, after hours and weekend/holiday hours shall be provided. Contractors will be required to monitor annual labor expenditures and advise COR prior to going over the allotted dollar value in labor.
Task 3: Service Calls and Parts Procurement: Provide service calls when Fire Sprinkler System equipment needs repairs. When the system needs repaired, the contractor shall repair and provide parts, not to exceed $10,000.00 per current annum of contract. Parts will be invoiced, at cost to vender, along with shipping and handling. Parts used for the repairs will be listed individually in the invoice and submitted upon completion of each repair. If more than $10,000 in parts is required, a contract modification will be required. Contractors will be required to monitor annual expenditure and advise COR prior to going over the allotted $10,000 in parts.
Task 4: Sprinkler Head Testing: Provide Sprinkler head removal, replacement, and testing of sample group, for testing fast response sprinklers. This includes removal of Fifty (50) sprinkler heads that are 20 years old and send out for testing, per NFPA 25 (2023) chapter 5.3, and the replacement of the (50) test heads with new sprinkler heads.
Task 5: Training: The Contractor shall also supply all necessary tools, materials, and equipment to provide training to maintenance and operation staffs for one (1) hour training session four times a year, for a total of (4) hours. The provision of annual training to central plant maintenance and operation staff for a total of four (4) work shifts which includes: Hands on work on sprinklers valves, Orientation to location of all control valves and fire pump location within the compound, or other training required to supervise the operations and maintenance of the Fire Sprinkler System. Task Supporting Information: The Medical Center Water Based Fire System includes but is not limited to: Automatic Wet Pipe Sprinkler System located throughout the medical center (approx. 700,000, Sqft, 3 risers) in a Hazardous Asbestos Environment.
Buildings:
Bldg. 2 (approx. 20,000 Sqft, 1 riser, 2 levels)
Bldg. 11 (approx. 75,000 Sqft, 1 riser, 3 floors)
Bldg. 14 (approx. 3900 Sqft, 1 riser)
Bldg. 16 (approx. 2300 Sqft, 1 riser)
Bldg. 18 (approx. 2300 Sqft, 1 riser)
Bldg. 20 (approx. 2500 Sqft, 1 riser)
Bldg. 23 (approx. 5500 Sqft, 1 riser)
Bldg. 24 (approx. 2000 Sqft, 1 riser)
Bldg. 25 (approx. 2000 Sqft, 1 riser)
Bldg. 26 (approx. 20,000 Sqft, 1 riser, 3 levels)
Bldg. 27 (approx. 2000 Sqft, 1 riser, 3 levels)
Bldg. 28 (parking structures Standpipe System Fire Department Connections)
Bldg. 29 (parking structures Standpipe System Fire Department Connections)
Bldg. 31 (parking structures Standpipe System Fire Department Connections)
Inline Centrifugal Fire Pump and Electric Motor Drive located in East Loading Dock (B191-1 Pump Enclosure).
Jockey Pump (Located B191-1 Pump Enclosure)
Twelve (12) fire hydrants located on Medical Center grounds.
Eight (8) dry standpipes and (4) wet standpipes located throughout the Medical Center.
Discharge device strainers.
Flow tests.
Check valves.
Control/Alarm/Pre-action Valves and associated strainers, filters and restriction orifices.
Pressure reducing and relief valves.
Hose Connections
Contractor shall use NFPA Forms found in NFPA 13 and 25 to document testing, inspection, and repairs to the system.
OCT
NOV
DEC
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
ITEM
Description
1
Monthly Inspection of Values
NFPA 25 13.3.2
X
X
X
X
X
X
X
X
X
X
X
X
2
Monthly No-Flow Condition (Fire Pump)
NFPA 25 8.3.1.2
X
X
X
X
X
X
X
X
X
X
X
X
3
Monthly Inspection of Gauges
NFPA 25 13.2.7.1
X
X
X
X
X
X
X
X
X
X
X
X
4
Semi Annual Test of Supervisory Switches
NFPA 25 13.3.3.5
X
X
5
Quarterly Test of Alarm Devices
NFPA 25 13.2.6
X
X
X
X
6
Semi Annual Test of Supervisory Switches
NFPA 25 13.3.3.5
X
X
7
Annual Test of Main Drains
NFPA 25 13.2.5
X
8
Annual Inspection of Sprinklers
NFPA 25 5.2
X
9
Annual Inspection of Pipe & Fittings
NFPA 25 5.2.2
X
10
Annual Inspection of Hangers and Seismic Bracing
NFPA 25 5.2.3
X
11
Annual Inspection of Spare Sprinklers
NFPA 25 5.2.1.4
X
12
Annual Inspection of Spare Sprinklers
NFPA 25 5.2.1.4
X
13
Quarterly Main Drain Testing Throughout the Campus
14
Up to 10 Fire Hydrants Annually
15
5-Year Requirements
The Contractor shall be available for call, 24 hours a day, 7 days a week, and shall respond within 2 hours for all emergency requests and 8 workhours for non-emergency requests.
12
Annual Inspection of Spare Sprinklers
NFPA 25 5.2.1.4
X
13
Quarterly Main Drain Testing Throughout the Campus
14
Up to 10 Fire Hydrants Annually
15
5-Year Requirements
Deliverables: The Contractor shall be available for call, 24 hours a day, 7 days a week, and shall respond within 2 hours for all emergency requests and 8 workhours for non-emergency requests.
At the start of contract, and each sequential year, the contractor will conduct an assessment to ensure accuracy to the number of all inspectable, and testable items listed in the contract. Upon completion, if needed, contract may be Modified to reflect expansions and additions to the fire Sprinkler System.
Contractor shall provide an electronic format report and a paper copy of all Tests, Inspections and Maintenance reports.
The Test and Inspection results will be documented in accordance with NFPA 13 & 25 reporting documents format and presented in The Joint Commission, Physical Environment (PE) standard PE 04.01.01 by Element of Performance (EP) standard EP 2.
The Report of deficiencies, during any inspection or test, will be documented and submitted immediately. If deficiencies are not covered under the test or inspection a repair invoice will be submitted immediately upon findings; prior to work being conducted, preapproval from the COR will be required.
All work not covered under contract tests and inspections will be invoiced immediately (5 Working Days) upon completion of project.
Daily updates of the tasks accomplished shall be provided to the Contracting Officers Representative (COR).
A detailed report, in writing, shall be submitted immediately upon the identification of any critical deficiencies that will affect the immediate performance of the system. Any noncritical deficiencies shall be reported in writing at the end of the scheduled inspection.
The Contractor is reminded that only the Contracting Officer may authorize additional services or repairs that are outside of the scope of this contract and reimbursement shall not be made unless prior authorization is obtained.
Acceptance Criteria: The COR can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted.
CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect people and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractors shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government.
The Government reserves the right to accept or reject Contractor s employees for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer.
The Contractor is responsible for ensuring that asbestos training certificates and valid fit test certification are provided to the COR prior to allowing any of their employee s access to an asbestos contained area or any of the interstitial areas throughout building 1.
Water Based Sprinkler System Contractor Qualifications: The Contractor and/or its staff must have current State of California certification to conduct maintenance/inspections/repairs stated in the statement of work. The Contractor shall submit C16 Fire Protection Contractor Certification.
During each visit to the facility, Contractor shall provide one (1) Journeyman level Sprinkler Fitters; one (1) apprentice in their final stage of apprenticeship.
During routine inspections (e.g. quarterly, semi-annual) Contractor shall also provide one (1) Fire Alarm technician to man the fire alarm control panel in addition to the Journeyman and apprentice.
The Contractor shall submit their current California State asbestos worker 16-hour Operation and Maintenance (O&M) certification.
The Contractor shall submit their current half mask or equivalent respirator fit test.
Contractor s Responsibilities: The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. He / She shall take all precautions necessary to protect people and property from injury or damage during the performance of this contract. He / She shall be responsible for any injury to himself / herself, his/her employees or others as well as for any damage to personal or public property that occurs during performance of this contract that is caused by him/her or his/her employees fault or negligence.
The Contractor shall operate under, but not limited to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA, American with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL), ITU and IETF and all applicable audio, video communication data and control standards.
The Contractor shall comply with all VA safety standards, manufacturers/industry standards, Food and Drug Administration (FDA), Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC) and the latest editions of NFPA-99, NFPA-101, NFPA-25 and all applicable standards referenced within the body of each code book mentioned.
The Contractor shall provide documentation of each inspection, test and maintenance of the system. The official documentation shall be maintained at the facility and copies available for up to three years after test, inspection, and services.
SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes which are in effect during the performance period of the contract.
Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property.
Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137
Contractors shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.
The VAMC San Diego building 1, main building, contains asbestos. Any worker entering these asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. Certifications must be presented to the VA project manager before any work in an asbestos area may begin.
OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Contractor employees will notify the VA Representative before entering a designated permit required confined space so that appropriate precautions may be taken. In addition, there are special precautions to be taken when working on 2S Mental Health unit or other locations of this facility. If required, Contractor shall keep tools and materials under their control at all times. The facility will be functional during contractor operation. Contractor shall therefore schedule the work accordingly and coordinate operation with the facility construction safety manager and project s COR. Several inspections will be conducted in locations that may require additional personal protective equipment. Contractors will notify the VA representative at any time the contractor is on VA grounds. VASDHS La Jolla facility is Federal property. Contractor shall coordinate with the facility Engineering Service if warranted for access in restricted spaces or any required support in the performance of this work. The designated COR shall coordinate the request. If work will be conducted in areas identified as containing asbestos materials. Contractors shall comply with the public laws and statues including all changes and amendments of Federal, State, and local environmental statutes and regulations governing Asbestos containing materials-ACM, to include: 29 CFR 1926.1101 Asbestos Regulations for the Construction Industry, 29 CFR 1910.134 Respiratory Protection Standard, EPA, Asbestos Hazard Emergency Response Act (AHERA) protocols, and Guidance for Controlling Asbestos-Containing Materials in Buildings, EPA 560/5-85-024.
Contractors shall be licensed, qualified, and certified to meet all EPA regulations under National Emission Standards for Hazardous Air pollutants-NESHAPS and all applicable federal, state, and local regulations.
CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price, or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority, and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof.
NORMAL WORKING HOURS: Normal hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee.
Before commencement of work, the Contractor shall confer with the VA COR and Contracting Office to agree on a sequence of procedures; means of access to premises and building. All work performed, to include delivery of materials and equipment, shall be made with minimal interference with Government operations and personnel. Work performed outside the normal hours of coverage must be approved by the COR or his/her designee.
OVERTIME AND NATIONAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed nor reimbursed by the Government. The Contractor is not required to provide service on the following U.S. Government holidays, nor shall the Contractor be paid for these days:
New Year s Day
January 1
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Independence Day
July 4
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25
INVOICE & PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below:
VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge.
A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org)
Vendor e-Invoice Set-Up Information:
OB10 e-Invoice Setup Information: 1-877-752-0900
OB10 e-Invoice e-mail: USClientServices@ob10.com
Financial Services Center e-Invoice Contact Information: 1-877-353-9791
Financial Service Center e-Invoice e-mail: vafsccshd@va.gov
The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction.
Contract Line Item Number
Time period being invoiced for.
Description of services.
Unit Cost Billed.
Extended amount due.
Invoice number and date.
Contract and obligation number.
Wage Determination:
Service Contract Act WD #: 2015-5635
Rev. 29, Published 12/02/2025.
See attached document: SOW - Fire Sprinkler Inspection 02.