VA awards $4.69M for fire extinguisher services, extending contract for Alpine Fire Safety Systems Inc
Contract Overview
Contract Amount: $4,690 ($4.7K)
Contractor: Alpine Fire Safety Systems Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-02-01
End Date: 2024-01-01
Contract Duration: 334 days
Daily Burn Rate: $14/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EO14042 - PORTABLE FIRE EXTINGUISHER INSPECTION AND SERVICE FOR MULTIPLE SITES. MOD TO PICK-UP OPTION YEAR 4.
Place of Performance
Location: LONG BEACH, LOS ANGELES County, CALIFORNIA, 90822
Plain-Language Summary
Department of Veterans Affairs obligated $4,690.1 to ALPINE FIRE SAFETY SYSTEMS INC for work described as: EO14042 - PORTABLE FIRE EXTINGUISHER INSPECTION AND SERVICE FOR MULTIPLE SITES. MOD TO PICK-UP OPTION YEAR 4. Key points: 1. Contract value represents a modest increase for essential safety services. 2. Competition dynamics suggest a potentially efficient pricing environment. 3. Performance history of the incumbent contractor warrants review for continued value. 4. This contract supports critical infrastructure maintenance within VA facilities. 5. The service category is standard for government facilities management. 6. Geographic concentration in California may limit broader market engagement.
Value Assessment
Rating: good
The contract value of $4.69 million for portable fire extinguisher inspection and service appears reasonable for a multi-site, multi-year federal contract. Benchmarking against similar services for federal agencies would provide a more precise value-for-money assessment. However, given the essential nature of the service and the firm-fixed-price structure, the pricing is likely competitive. The modification to include a pick-up option year 4 suggests a need for continued service and potentially a stable pricing agreement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process for a contract valued below the threshold for full and open competition. While specific bidder numbers are not provided, SAP generally encourages multiple bids, leading to price discovery and potentially better value for the government. The use of SAP suggests that the agency sought competitive offers within the established procurement thresholds.
Taxpayer Impact: The competitive nature of the procurement, even under SAP, is beneficial for taxpayers as it helps ensure that the government is not overpaying for essential services like fire extinguisher maintenance.
Public Impact
Veterans and VA staff benefit from ensured safety compliance and operational readiness. Essential fire safety inspection and maintenance services are delivered across multiple VA sites. The primary geographic impact is within California, where the contractor is based. The contract supports specialized technical services, potentially involving certified technicians.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price creep in subsequent option years if not closely monitored.
- Reliance on a single contractor for critical safety equipment maintenance.
- Limited visibility into the specific performance metrics of the incumbent.
Positive Signals
- Firm-fixed-price contract structure provides cost certainty.
- Competition under SAP suggests a degree of market responsiveness.
- Contract addresses essential safety requirements, mitigating risk.
Sector Analysis
The market for fire safety services, including inspection and maintenance, is a well-established sector supporting commercial and government facilities. This contract falls within the professional, scientific, and technical services category, specifically related to facility maintenance and safety compliance. Spending in this area is consistent across federal agencies to meet regulatory requirements and ensure operational safety. Comparable spending benchmarks would typically be found within facility support services contracts.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract award. Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from this particular award. The contract was awarded to Alpine Fire Safety Systems Inc., and further analysis would be needed to determine if they have their own small business subcontracting plan.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of Veterans Affairs contracting officer and contract specialists. Accountability measures are embedded in the firm-fixed-price contract terms, requiring specific services to be rendered. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Fire Safety Contracts
- VA Facility Maintenance
- Government Safety Equipment Services
- Professional and Technical Services
Risk Flags
- Contractor Performance Risk
- Service Delivery Consistency
- Regulatory Compliance Changes
Tags
facility-maintenance, fire-safety, department-of-veterans-affairs, delivery-order, firm-fixed-price, competed-under-sap, professional-scientific-technical-services, california, small-business-not-primary, all-other-professional-scientific-and-technical-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $4,690.1 to ALPINE FIRE SAFETY SYSTEMS INC. EO14042 - PORTABLE FIRE EXTINGUISHER INSPECTION AND SERVICE FOR MULTIPLE SITES. MOD TO PICK-UP OPTION YEAR 4.
Who is the contractor on this award?
The obligated recipient is ALPINE FIRE SAFETY SYSTEMS INC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $4,690.1.
What is the period of performance?
Start: 2023-02-01. End: 2024-01-01.
What is the track record of Alpine Fire Safety Systems Inc. in performing federal contracts, particularly for the Department of Veterans Affairs?
A review of federal procurement data would be necessary to fully assess Alpine Fire Safety Systems Inc.'s track record. This would involve examining past contract performance, any reported issues or awards, and their history with the Department of Veterans Affairs and other federal agencies. Without specific performance data, it's difficult to definitively state their track record. However, being awarded this contract, especially if it's a renewal or extension, suggests a level of satisfactory performance in previous engagements. Further investigation into contract close-out reports and any past performance evaluations would provide a more comprehensive understanding of their reliability and quality of service.
How does the current contract value compare to historical spending on fire extinguisher services by the VA or other similar federal agencies?
To compare the current contract value of approximately $4.69 million for fire extinguisher services, one would need to analyze historical spending data for similar contracts across the Department of Veterans Affairs and other federal agencies. This analysis should consider the number of sites covered, the scope of services (inspection, maintenance, repair), and the contract duration. If this contract represents a multi-year effort, the annual cost would be a more appropriate figure for comparison. Benchmarking against contracts awarded under similar procurement procedures (e.g., competed under SAP) and for comparable facility types would provide the most relevant context for assessing value for money.
What are the key performance indicators (KPIs) used to measure the success of this fire extinguisher inspection and service contract?
Key performance indicators for a contract of this nature typically revolve around compliance, timeliness, and service quality. Specific KPIs would likely include the percentage of fire extinguishers inspected and serviced within the contractually mandated timeframe, adherence to all relevant federal, state, and local fire safety codes (e.g., NFPA standards), the number of deficiencies identified and corrected, and the response time for any emergency service calls. Customer satisfaction surveys from the VA facilities receiving the service, as well as the absence of safety-related incidents attributable to equipment failure, would also serve as crucial indicators of contract success.
Are there any identified risks associated with the contractor's ability to fulfill the requirements of this contract, given its scope and duration?
Potential risks associated with this contract could include the contractor's capacity to manage services across multiple VA sites, especially if they are geographically dispersed. Ensuring consistent service quality and timely response across all locations is critical. Another risk factor could be the availability of qualified technicians, particularly if the contract requires specialized certifications. Furthermore, any unforeseen changes in regulatory requirements for fire safety equipment could necessitate contract modifications or impact service delivery. The modification to add a pick-up option year suggests a potential need for flexibility, which could introduce minor logistical risks if not managed effectively.
What is the historical spending trend for fire extinguisher maintenance services within the Department of Veterans Affairs over the past five years?
Analyzing the historical spending trend for fire extinguisher maintenance services within the Department of Veterans Affairs over the past five years would require accessing and aggregating data from federal procurement databases. This would involve filtering for contracts with relevant Product Service Codes (PSCs) or keywords related to fire extinguisher services and tracking the total obligated amounts year over year. Such an analysis would reveal whether spending in this category has been increasing, decreasing, or remaining relatively stable. It could also highlight any significant shifts in contract awards, such as changes in the number of awarded contracts or the average contract value, providing context for the current $4.69 million award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › INSPECTION SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1895 QUEMADO ST, SANTA FE, NM, 87505
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $4,690
Exercised Options: $4,690
Current Obligation: $4,690
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C26219D0022
IDV Type: IDC
Timeline
Start Date: 2023-02-01
Current End Date: 2024-01-01
Potential End Date: 2024-01-01 00:00:00
Last Modified: 2026-04-12
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)