Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
DOCUMENT

63 -- Fire Alarm/Sprinkler Inspection - Attachment

Notice Date
12/29/2011
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24812R0520
 
Response Due
1/20/2012
 
Archive Date
2/19/2012
 
Point of Contact
Marie E Smith
 
E-Mail Address
7-6625<br
 
Small Business Set-Aside
N/A
 
Description
Change to this Solicitation includes: A. Add Clause 852.215-70 Service -Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Dec 2009) B. Add Kitchen Hood Fire Supression System and Fire extinguishers to Scope of work C. Add Extinguisher quantity: Orlando: 87 Extinguishers, Viera: 44 Extinguishers 1. GENERAL: This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcment constitutes the only solicitation; quotes are being requested and the schedule of supplies is attached. Reference quote number VA248-12-R-0520. This solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-47, January 12, 2011. Applicable NAICS Code is 561621 and the size standard is 12.5M. The government anticipates on award of a firm fixed price award as a result of this action using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process for Fire prevention maintenance. IAW with Public Law 109-461, this procurement is set aside for SDVOSB (Service Disabled Veteran Owned Small Business). The anticipated award date will be no later than 30 January 2012. The following clauses and provisions are applicable: FAR 52.202-1 Definitions (Jul 2004), FAR 52.204-6 Data Universal Numbering System (DUNS Number) Apr 2008), FAR 52.203-5 Covenant Against Contingent Fees (Apr 1984), FAR 52.203-6 Restrictions on subcontractors Sales To The Government (Sep 2006), FAR 52.203-7 Anti-Kickback Procedures (Oct 2010), FAR 52.204-7 Central Contractor Registration (April 2008), FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2009), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b, FAR 52.222-3 Convict Labor (June 2003), FAR 52.213-2 Invoices (Apr 1984), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), FAR 52.225-1 Buy American Act--Supplies (Feb 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 Service Protest (Sep 2006), FAR 52.233-3(Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.224-1Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.225-3 Buy American Act (Jun 2009), FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), FAR 52.233-2 Service of Protest (Sep 2006), FAR 52-243-7 Notification of Changes (Apr 1984), FAR 52.245-1 Government Property (Aug 2010), FAR 52.246-20 Warranty of Services (May 2001), FAR 52.249-1 Termination for Convenience of the Government (Apr Content/Alternative Dispute Resolution (Jan 2008), 852.215-70 Service -Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Dec 2009), VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), VAAR 852.233-71 (Alternate Protest Procedure (Jan 1998), VAAR 852.237-70 Contractor Responsibilities (Apr 1984), VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim-October 2008). The full text of these clauses is available at http://www.acquisition.gov. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by 1500 hours (3:00pm) Day Light Saving Time, January 20, 2012. No telephonic request for information will be entertained. The Deadline for questions is 5 days after the solitation is posted. All responses to questions will be posted by way of amendment to this combines synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.smith4@va.gov. ALL SDVOSBs must be listed as verified in the VIP database, available at http://www.vetbiz.gov, and also must be registered in the Central Contractor Registration (CCR) (see 48 CFR subpart 4.11) to submit offers and receive contract awards under VA's Veteran-owned Small Business prime contracting and subcontracting opportunities program set forth in Part 819. If vendors are not in the database at the time of proposal submission, the proposal is unresponsive. 2. PROPOSAL SUBMISSION REQUIREMENTS: OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, BY THE SOLICITATION CLOSING DATE. DUNS NUMBER: In accordance with FAR 52.204-6, offeror must provide their Data Universal Numbering Systems (DUNS) number here: DUNS# ___ ___- ___ ___ ___ - ___ ___ ___ ___ If the DUNS number is unknown, offerors may request a number from DUN & Bradstreet, free of charge by calling 800-333-0505. [See FAR 52.212-1 Instructions ¦ (j) Data Universal Numbering System] ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Regulations require all contractors conducting business with the Government to be registered in the Central Contractor Registration Government-wide online database for the provision of basic information relative to contract awards [reference FAR Clause 52.212-4, paragraph (t)]. You may accomplish these registrations online at the following web sites: CCR- http://www.ccr.gov Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submittine their offer. VET BIZ REGISTRY: In accordance with Veterans Affairs Acquisition Supplement (VAAR) Subpart 819.70, offerors claiming Veteran status must be registered in the Vet Biz Data base at the time of submission of offers. Information on registration is available at: http://vip/vetbiz.gov/. Proposal and price quote shall be submitted on 20 January 2012 by 1500 hours Eastern Daylight Savings Time to the attention of: Marie E. Smith Orlando VA MEDICAL CENTER Contracting Division (90C) 5201 Raymond Street Orlando, Fl 32803-8208 Via electronic transmission to marie.smith4@va.gov Evaluation - Commercial Items Evaluation for award shall be Lowest-Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government when considering price, past performance, and capability. The Government reserves the right to award the contract based on initial offers received, without discussions or negotiations of such offers. Therefore, it is important that each offer fully address the requirements stated in this combined solicitation. Evaluation factors are as follows: 1.Price: (Lowest Price Technically Acceptable) 2.Past Performance: Offeror shall provide three (3) verifiable references of customers that have been serviced with similar type service specified in the referenced statement of work or proof of satisfactorily providing these types of services in the past. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 2. SCOPE OF WORK The Contractor shall provide all management, supervision, personnel, services, materials, supplies, facilities, transportation, and general and specialized equipment necessary to provide test, and documentation for quarterly, semi-annual and annual inspection and testing of Fire Alarm and Water-Based Fire Protection Systems, to include Kitchen Hood Fire Supression System and Fire extinguishers at the Orlando VA Medical Center and the Viera Outpatient Clinic locations as described herein and in accordance with the latest edition of National Fire Protection Association (NFPA) 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. The addresses for the Orlando VA Medical Center locations are: (a)Orlando Lakemont campus, 2500 Lakemont Avenue, Orlando FL 32803 (b) Orlando VA Medical Center, 5201 Raymond Street, Orlando, FL 32803 (c)Viera Outpatient Clinic is 2900 Veteran's Way Viera, Fl 32940 Performance period for the base period shall become effective February 1, 2012, and continue through January 31, 2013 with three (3) additional one-year option periods. All option periods, if exercised by the government, will be effective beginning February 1st and continue through Jan 31st of each year. Please note that that exercising of any option period is at the sole discretion of the Government. 3.CONTRACTOR MAINTENANCE AND TESTING SPECIFICATIONS The Contractor shall provide a testing proposal that meets current state of Florida statutes, NFPA 72 standards and Joint Commission on Accreditation of Healthcare Organization (TJC) Safety requirements. The proposal shall be submitted to the Safety Officers at both the Orlando VA Medical Center, Orlando, FL, and the Viera Outpatient Clinic, Viera, FL and shall include a schedule for providing the required services, which shall be approved prior to commencement of work. a.Fire alarm test for all listed VA facilities (see attachment 1 for estimated device listing). b.100% tests and inspections of all manual pull stations c.100% test and inspections of all ceiling and duct smoke detectors and heat detectors. d.Sensitivity tests of all smoke detectors using approved methods, calibrated test instruments and UL-approved testing equipment. e.100% test and inspection of all indicating appliances (audio and visual). f.Test 100% restorable heat detectors and 20% static test on non-restorable heat detectors. g.100% test and inspection of all door holder/closer devices h.100% quarterly tests and inspection of the control panels. Services shall include but not limited to testing and confirming that all control, auxiliary supervisory and remote signaling functions are operating as originally designed i.100% semi-annual inspections per F.S.4 A-48 and NFPA 72. j. All tests of initiating devices and indicating appliances shall be tested in a manner recognized by the manufacturer and governing authorities. k.All smoke detectors shall be tested using only APPROVED methods and instruments. Unapproved canned smoke, cigarette smoke, open flame, torches, burning rags, etc., which could damage the smoke detector and is NOT recommended by most manufacturers, shall NOT be use. Oil based aerosols shall NOT be used. l.All control equipment to be tested for proper voltages during trouble and alarm conditions m.100% of devices on each initiating and signaling zone shall be disconnected to determine proper supervision of wiring. These tests shall NOT be performed at the panel. n.Complete documentation of the results of all inspections shall be provided each day while on site and will be followed by a complete printed report for fire alarm logs. Documentation will be provided on an individual device and point basis. Discrepancies found shall be listed on this documentation. Re-checks or re-tests of the VA-corrected discrepancies shall be made at the next quarterly inspection. o.VA will provide access to all control panels and peripherals. p.Smoke detector cleaning: i. cleaning of all smoke detectors by use of a vacuum device and/or ozone safe compression air blow-out. ii. Testing of smoke detectors for proper operating after cleaning procedure. iii. Smoke detectors that do not reset after cleaning and testing will be dismantled and cleaned using isopropyl alcohol. iv. Smoke detectors that do not alarm or reset during testing after cleaning procedure will be documented and recommended for replacement. v. Smoke detector cleaning to be performed during scheduled test and inspection. q.The four (4) quarterly control panel inspections will be provided in order to comply with TJC requirements and must be documented per those requirements. r.NFPA 10 (extinguishers) - annual inspection of all extinguishers (ABC, ANSUL, CO ², and Halon). 4.ANNUAL MAINTENANCE a.Peripherals to be test per NFPA 72 are defined as follows: smoke detectors, duct smoke detectors, heat detectors, audible devices, visual devices, pull stations, zone adapter modules, and control modules. b.Fire alarm systems control panel components to test/inspect per NFPA 72 are as follows: main control panel or central processing unit, annunciator panels, status command centers, and video display terminals and keyboard transponders. c.All the aforementioned tests and inspections will be fully documented in an easily legible format. Three (3) copies will be provided, as well as kept on file at the contractor's service center office and shall be archived for a period no less than five (5) years and forwarded upon request d.Contractor shall provide any specialized equipment such as ladders, extension ladders, man lifts, etc., to allow their staff to access to devices, etc. e.Contracted staff shall check-in with the FMS office (Bldg. 3132 - Orlando location and Bldg 2900 - Viera location) to obtain contractor badges. f.Contracted staff shall begin and end daily work schedules at engineering office (Bldg. 3132 - Orlando location and Bldg 2900 - Viera location) to offer proposed work and summation of accomplishments daily. g.All site visits are to be scheduled through engineering (407-599-1364 - Orlando, 321-637-3685 Viera) with at least a 48-hour prior notification. 5.VA REQUIRMENTS a.During all on-site calls, it is VA responsibility to provide free and ready access to all equipment. b.Replacement cost of peripheral devices and control panel components are to be paid by VA. ? 6.BUILDINGS Fire Alarm The Lakemont campus currently consists of one building with a fire alarm system. The Orlando VA Medical Center consists of 15 (fifteen) buildings with fire alarm systems: Building 501 = Warehouse, Building 502 = Boiler + Generator, Building 503 = Nursing Home, Building 504 = Outpatient Clinic, Buildings 519, 519A, 520, 521, 522 = Domiciliary, Building 3126 = EMS Offices, Building 3128 = Dom Offices, Building 3129 = Nursing administration, Building 3132 = FMS Offices, Building 3133 = Carpenter Shops, and Building 3134 = Electric/HVAC Shops. The Viera out Patient Clinic currently consists of one building located at 2900 Veteran's Way Viera, FL 32940. Fire Sprinkler The Lakemont Campus currently consists of one building with a fire sprinkler system. The Orlando VA Medical Center consists of 10 (ten) buildings with fire sprinkler systems: Building 500 = Main Clinic, Building 501 = Warehouse, Building 502 = Boiler + Generator, Building 503 = Nursing Home, Building 504 = Outpatient Clinic, Buildings 519, 519A, 520, 521, and 522 = Domiciliary. This work also includes the proper inspection and testing of all fire hydrants and PIV valves. The Viera Outpatient Clinic currently consists of one building located at 2900 Veteran's Way Viera, FL 32940. Kitchen Hood Fire Supression System a.Inspect the system to determine whether it is in service and in satisfactory condition in accordance with NFPA standards. b.Identify potentially detrimental site conditions that could compromise the performance of mechanical and/or electronic components of the system. c.Test remote pulls for condition and operation. d.Perform an automatic trip test of the system. e.Test manual release of the system. f.Verify mechanical operation of the system g.Verify the gas shutoff function, if applicable. h.Verify the electrical shutoff function, if applicable. i. Replace fusible links where required j.Check system components for cleanliness. k.Restore the system to normal operation. l.Reset the system. m.Install new tamper seals. n.Inspect suppression agent cylinder. o.Verify the cylinder/cartridge pressure, agent weight and condition. p.Check that the last hydro-test test date is within code requirements. q.Inspect and verify piping/bracing to manufacturer's specifications r.Inspect all nozzles and verify that they are properly aimed, free of blockage and have proper blow?off caps intact. s.Verify that the Owner's Manual is available on?site. t.Verify that a proper portable fire extinguisher is available in an easily seen, accessible location. u.Inquire about general occupancy relating to the kitchen fire suppression system in accordance with NFPA recommended procedures v.Inspect for any changes in the hazard area that may affect the performance and reliability of the fire suppression system. w.Tag devices as required and perform required record?keeping x.Compile a report of the inspection. y.Familiarize the Customer with proper operation of the equipment This work also includes the proper inspection and testing of all fire hydrants and PIV valves. Fire Extinguishers NFPA 10 (extinguishers) - annual inspection of all extinguishers (ABC, ANSUL, CO ², and Halon). 7.SPECIFIC DESCRIPTION Upon completion of each inspection and/or testing, Contractor shall complete Report of Inspection and Testing, and provide documentation to the appropriate Contracting Officer Representative (COR) or designated person. Contractor shall also tag systems which are found to be defective, in need of corrective action, or are in violation of NFPA Standards. Contractor shall immediately notify the COR of all items needing maintenance, repairs, replacement or additions which, in the judgment of the Contractor, may be necessary and reasonable to insure the highest degree of protection in accordance with NFPA 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. The Government shall be responsible for the performance of corrective action. For activities that are to be conducted more frequently than the requirements of this contract (i.e., weekly), Contractor shall provide training to VA personnel on proper procedures and documentation to allow the Government to conduct activities in accordance with NFPA 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. 8.SPECIAL CONDITIONS AFFECTING PROJECT Contractor shall provide a schedule of specific dates for the monthly, quarterly, semi-annual and annual inspections and testing of entire Fire Alarm System and Water-Based Fire Protection System in above mentioned buildings. Schedule must be submitted to the Contracting Officer Representative 7 calendar days after contract award notification and prior to performing contract work. Contractor must contact the appropriate VA Safety Office and Engineering at least seven (7) calendar days in advance of performing test procedures. 9.EXAMINATION OF PREMISES Drawings showing the Fire Alarm and Fire Sprinkler Systems (number and location of devices) may be obtained by contacting Orlando VA Medical Center Facilities Management Service (FMS) at 407-629-1599 Ext 1364 - Orlando location and engineering at 321-637-3685 - Viera location. Inspection of all of the buildings and sites is recommended. At Orlando VA Medical Center, offerors are requested to contact the Contracting Officer Representative. 10.CLEANUP Contractor shall, at all times, keep the work area free from accumulations of waste materials. On a daily basis, the Contractor will remove from the work premises any rubbish, tools, equipment and materials that are not property of the Government. Disposal of all materials, equipment and construction debris shall be in accordance with all local regulations at the Contractor's expense. 11.INSURANCE The Contractor shall procure and maintain insurance coverage as required by all federal, state and local laws for this type activity and shall make certification available upon request by Contracting Officer (CO) and/or designated representative. Submission of Certificate of Insurance shall be provided within 10 working days after award date. 12.HOURS OF WORK Most work required in the performance of this contract shall be performed during the site's regular administrative working hours (7:30 a.m. to 4:30 p.m.,) Monday through Friday, excluding Federal Holidays. However, work that may interfere with clinical activities, includes the sounding of alarms, strobes, etc. shall be scheduled after normal hours or on weekends, as needed. At the Orlando VA Medical Center, the contractor's representative shall sign in and out with FMS at Building 3132, and shall have all paperwork signed off by the Safety Office staff. At the Viera Outpatient Clinic, the contractor's representative shall sign in and out with Viera Outpatient Clinic front desk building 2900, and shall have all paperwork signed off by Safety, Daniel Laporta at 321-637-3788. Federal Holidays observed are: New Years Day Martin Luther King's Birthday President's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 13.CONTRACTOR RESPONSIBILITY The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her or his/her employees fault or negligence. The contractor shall maintain personal liability and property damage insurance prescribed by the laws of the state of Florida. Copies of all policies must be presented to the CO prior to commencement of work. 14. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT a. Contractor shall have an established business, with an office and full time staff. The staff includes "fully qualified" Service Representatives capable of performing the requirements of this contract within the response time(s) indicated. b. Fully Qualified is based upon training and on experience in the field. For training, the Service Representatives successfully have completed a formalized training program for the equipment identified herein. For field experience, the Service Representatives has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance of the equipment included herein. The Service Representatives shall be authorized by the contractor to perform maintenance services. All work shall be performed by "fully qualified" competent Service Representatives c. The contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved Service Representatives for each make and model the contractor services at the VA. The Contracting Officer (CO) may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. Subcontracting of any ensuing award of a future solicitation will not be allowed without written permission of the CO. 15. IDENTIFICAION/PARKING The contractor's employee(s) shall wear visible identification at all times while on the premises of the Orlando VA Medical Center and the Viera Outpatient Clinic. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Police and Security Section. The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification Card (ID), prior to performing work under this contract. Contractor employees are required to display this card at all times when performing under this contract. The Contractors employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon contract completion or termination of the contract. The contractor's onsite supervisor shall ensure that all employees carry and display their card when on duty, and are prepared to present them upon request. The Contracting Officer Representative (COR) shall periodically verify cards of contract employees match their personal identification. 16. PERMITS AND RESPONSIBILITIES The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract at no additional cost to the Government. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. The Contractor shall provide evidence of possession or status of application for such permits, licenses, and appointments, if requested. Failure to provide such permits so as to be fully licenses by date planned for the commencement of contract performance shall result in contract termination. In addition, contract termination shall result if the required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCAHO, etc., and shall comply with all standards and/or requirements. 17. CONTRACTING OFFICER REPRESENTATIVE (COR) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. 18. CONTRACTOR MANAGEMENT The Contractor shall provide a Contract Manager and perform continual management of the functional areas contained in this SOW. The Contract Manger shall conduct overall management coordination and shall be the central Point of Contact (POC) with the Government for performance of all work under the SOW. The Contractor shall submit to the COR, in writing upon award, the name, title, office and mobile telephone numbers of the Contract Manager identified on the Key Personnel Resume contained herein. A Contractor employee shall be designated to act for the Contract Manager when work is being performed in the Contract Manager's absence. 19. KEY PERSONNEL Key personnel are defined as the Contract Manager, and designated alternates. The Contractor shall be required to provide the resume of key personnel at the time of proposal/quote submission. Any changes to the working status of key personnel shall be submitted to the CO for approval within 14 working days prior to the change. 20. EMPLOYEE QUALIFICATIONS AND CERTIFICATIONS The Contractor shall ensure that only qualified personnel with the required current/proper license(s) performs under this contract. 21. CONDUCT OF PERSONNEL The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government's standards of conduct. 22. PERSONNEL REMOVAL Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this SOW. The Contracting Officer or designated representative (COR) may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COR that such action(s) is in the best interest of the Government. 23. PERSONNEL APPEARANCE Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-American or which advocates the use of illegal drugs or other unlawful conduct. 24. PERSONNEL COURTESY Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor will be ground for denying the employee further access to the VA premises. 25. ALCOHOL AND ILLEGAL DRUG USE Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this contract. The contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Contractor employees found to be under the influence of alcohol or illegal drugs during working hours will be immediately removed from duty. For the purpose of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the method(s) by which employees will be determined to be under the influence of alcohol or illegal drugs. 26. VEHICLE CONDITION AND MARKINGS All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the Contracting Officer or COR. Contractor vehicles shall be clearly marked so as to be distinguishable from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the contract. Contractor vehicles will follow parking rules while on US government property and is subject to tow if illegally parked. 27. CONFIDENTIALITY The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request. 28. WAGE DETERMINIATION This contract is subject to wage determinations as set forth by the Department of Labor; the applicable wage determination can be found at http://www.wdol.gov/ (Selecting SCA WDs). 29. NON-PERSONAL SERVICES STATUS Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the VA. The services shall not constitute an employer/ employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. The Contractor will not be subject to Government supervision, but its efforts will be monitored for quality assurance. 30. POST AWARD CONFERENCE A Post Award Conference may be held at a time and location designated by the Contracting Officer. The Contractor, the Contracting Officer, the COR, and any other official designated by the Contracting Officer shall attend this conference. 31. REVIEWS The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the CO or other designated representative of the VA. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or inappropriate. Such determinations shall be made by the CO or COR, whichever is appropriate. 32. CONTACT AWARD AND ADMINISTRATION DATE The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the Contractor effects any such changes 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 will be made in the contract price to cover any increase in costs incurred as a result thereof. No contract will be awarded nor payment made to any individual or entity that appears on the Health and Human Services Office of Inspector General's (HSS/OIG) List of Excluded Individuals/Entities, or any other Government sponsored list that identifies Contractors as being ineligible for contract award(s). 33. CONTRACTOR PERSONNEL The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract. 34. INSURANCE The Contractor shall procure and maintain for the entire contract period, Workmen's Compensation and employers Public Liability Insurance in accordance with laws of the State of Florida. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. See FAR 52.228-5, Clauses Section. Contractor shall provide the CO with an original signed copy of Insurance Certification with appropriate coverage, no later than ten (10) calendar days after notice of award. The contractor will notify the VA immediately of any changes in insurance coverage. Failure to submit documentation regarding the above insurance requirement shall be grounds to terminate the contract for default. 35. CONTRACTOR FURNISHED PROPERTY/SUPPLIES The Contractor shall furnish at his/her own expense, all labor, materials, supplies, equipment, supervision, etc., which may be necessary or appropriate in the performance of this contract. Contractor shall be responsible for ensuring all equipment, tools, supplies, etc., utilized in the performance of this contract meet or exceed all applicable Federal, State, County, City, or other appropriate agency safety requirements, and ensure all employees have full working knowledge of these requirements. Should the contract call for it, the successful offeror shall provide a Material Safety Data Sheet (MSDS) for all applicable supplies used in the performance of this contract, within seven (7) business days of award. 36. SECURITY CHECK REQUIREMENTS All Contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals that perform work for the VA. The necessity for compliance with this requirement shall be made prior to award, and detailed instructions will be provided to the Contractor. The Contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel management (OPM), the Contractor shall reimburse the VA within 30 days. VA will be reimbursed for this investigation by deducting the amount of this investigation from the Contractor's first invoice. The web site which provides information on the cost of the security investigation is: www.opm.gov\extra\investigate -Select Federal Investigations Notices (FIN 01-01). 37. QUALITY CONTROL The Contractor's facilities, methodologies, and quality control procedures may be examined by the VA Contracting Officer or his (her) designee at any time during the life of the contract. All the applicable activities are performed in accordance with VA's Quality Management/Written Directive Program. 38. RESPONSIBILITY OF THE CONTRACTOR The Contractor must obtain authorization from the Contracting Officer for any services required outside the scope of work provided herein. 39. WALK THROUGH The walk through will be: January 5, 2011 - Orlando Location 5201 Raymond Street, Orlando Fl 32803 We will meet at the back motorpool at 10:00 AM. January 6, 2011 - Viera Location 2900 Veterans Way, Viera Fl, 32940 We will meet at the main security desk at 10:00 AM. All answers to questions during the walk-thru will be posted via amendment to this solicitation. ? ATTACHMENT 1 - Orlando Location BuildingItemQty BuildingItemQty B-500 B-3128 Pull Stations 56 Pull Stations 2 Smoke/Heat Detectors 281 Smoke/Heat Detectors 11 Duct Detectors 29 Duct Detectors 1 Strobes200 Audio/Visual 7 FACP1 FACP1 Remote Annunciator 1 Total22 Water Flow Switches29 Total597 BuildingItemQty B-3129 BuildingItemQty Pull Stations 2 B-501 Smoke/Heat Detectors 11 Pull Stations 6 Duct Detectors 1 Smoke/Heat Detectors 48 Audio/Visual 5 Duct Detectors 3 FACP1 Audio/Visual 22 Total20 FACP1 Total80 BuildingItemQty BuildingItemQty B-502 B-3132 Pull Stations 6 Pull Stations 2 Smoke/Heat Detectors 22 Smoke/Heat Detectors 12 Duct Detectors 0 Duct Detectors 1 Audio/Visual 12 Audio/Visual 4 FACP1 FACP1 Total41 Total20 BuildingItemQty B-503 Pull Stations 16 BuildingItemQty Smoke/Heat Detectors 63 B-3133 Duct Detectors 13 Pull Stations 3 Audio/Visual 25 Smoke/Heat Detectors 10 FACP1 Duct Detectors 1 Doors4 Audio/Visual 8 Total122 FACP1 Total23 BuildingItemQty B-504 Pull Stations 9 Smoke/Heat Detectors 30 BuildingItemQty Duct Detectors 8 B-3134 Audio/Visual 18 Pull Stations 4 Visual9 Smoke/Heat Detectors 11 FACP1 Duct Detectors 1 Total75 Audio/Visual 7 FACP1 Total24 BuildingItemQty B-519, 519A, 520, 521, 522 Pull Stations 13 Smoke/Heat Detectors 98 BuildingItemQty Duct Detectors 1 Lakemont Heat Detectors2 Sprinkler Heads550 Audio Visual34 Pull Stations18 Visual18 Smoke Detectors20 Ion Detector1 Duct Detectors17 FACP1 Strobes82 Total168 Fire Alarm Control Panel1 Remote Annunciator1 Total689 BuildingItemQty B-3126 Pull Stations 3 Smoke/Heat Detectors 23 Duct Detectors 1 Audio/Visual 7 FACP1 Total35 ? Kitchen Hoods: Orlando BLDG 503 - 1 ea Orlando BLDG 500 - 2 ea Viera Location - 1 ea Fire Extinguishers: Orlando - 87 Extinguishers Viera - 44 Extinguishers Viera Location: BuildingItemQty Pull Stations 25 Smoke/Heat Detectors 56 Duct Detectors 35 Audio/Visual 192 FACP1 Chrome recessed Pendent fire sprinkler1,029 Brass upright fire sprinkler (loading dock)12 Tampers12 Total1,357 1,357 ? Solicitation: Combined Synopsis/Solicitation: VA248-12-R-0520 (Fire Alarm Systems Testing & Inspection) In response to the above solicitation, the following answers to questions are given: Q1. It seems that many veteran companies are being awarded the contracts only to pass the work on to other companies. Are there any steps that will be taken to ensure that this is not going to happen? Is the VA going to ensure that the licensed personnel are part of the awarded company? A1. VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned small business evaluation Factors (Dec 2009) has been added to this solicitation; additionally, as mentioned in part 2 of this solicitation, Evaluation factors are as follows: 1.Price: (Lowest Price Technically Acceptable) 2.Past Performance: Offeror shall provide three (3) verifiable references of customers that have been serviced with similar type service specified in the referenced statement of work or proof of satisfactorily providing these types of services in the past. Q2. If possible can we ask questions to the maintenance personnel to see if any lifts are required to reach any fire alarm devices? A2. All questions will be directed to the contracting officer and the contracting officer will gather information and submit all answers as an amendment to the solicitation so that all information is available to everyone. A walk through is required. This requirement is added so that prospective vendors can tour the facility and ensure they know what the specifications and requirements are. A walk through is scheudled for: January 5, 2011 - Orlando Location 5201 Raymond Street, Orlando Fl 32803 - We will meet at the back motorpool at 10:00 AM. January 6, 2011 - Viera Location 2900 Veterans Way, Viera Fl, 32940 We will meet at the main security desk at 10:00 AM. All answers to questions during the walk-thru will be posted via amendment to this solicitation. The site visit will last approximately 1-2 hours. Q3. It doesn't appear that there is a quantity provided for the fire extinguishers? A3. Orlando Location: 87 Extinguishers, Viera Location: 44 Extinguishers. Q4. Who is currently providing the service? Is there an incumbent contractor or is the service being done by the government? A4. Emergency Planning Management, Inc Q5. I see in the document it states Fire Sprinkler and Fire Alarm specifically, and then includes the kitchen hoods and fire extinguishers in the scope of work. I just want to make sure this is accurate and the kitchen hood fire suppression and the fire extinguishers are included as part of this contract? A6. Part 2 of this solicitation (scope of work) has been modified to spell out the kitchen hood fire supression systems and the fire extinguisher maintenance to be consistant with Part 6 of this solicitation. ? Bid Schedule Fire Alarm Inspection Orlando Location: MONTHLY COST YEARLY COST Base Year12 months$______________ $_____________ Option 112 months$______________ $_____________ Option 212 months$______________ $_____________ Option 312 months$______________ $_____________ Sub Total$______________ $_____________ Viera Location: Base Year12 months$______________ $_____________ Option 112 months$______________ $_____________ Option 212 months$______________ $_____________ Option 312 months$______________ $_____________ Sub Total$______________ $_____________ Grand Total$______________ $_____________ ? PAST PERFORMANCE QUESTIONNAIRE Offeror's Name: Request for Quote: Fire Alarm & Sprinkler Inspection Name of Person Completing the Evaluation: Telephone: E-mail: Title: Company/Organization: Please rate the offeror in each of the following areas. Note: there is room for comments where you deem remarks would be helpful to our evaluation. "Not Applicable: N/A "1: Performance clearly below the contract performance standard or requirement "2:Performance occasionally does not meet minimum contract performance standard or requirement "3:Performance that meets the minimum contract performance standard or requirement "4:Performance that meets and occasionally exceeds the contract performance standard or requirement "5:Performance that almost always exceeds the contract performance standard or requirement 1. Overall quality/satisfactionN/A 0 1 0 2 0 3 0 4 0 5 0 Overall satisfaction with the Offeror's performance. Would you (the reference) choose to work with this offeror again? 2. Delivery performanceN/A 0 1 0 2 0 3 0 4 0 5 0 Delivery performance includes delivery consistency, on time performance, and flexibility in responding to emerging issues and implementing required solutions. 3. Satisfaction with the quality of service deliveredN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the effectiveness and applicability of the plans and strategies delivered and the actual implementation of those. 4. Satisfaction with problem resolutionN/A 0 1 0 2 0 3 0 4 0 5 0 This includes the offeror's ability to solve problems, the speed in which they handle problems, and their effective delivery of resolutions. 5. Satisfaction with the quality of contractor personnelN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the quality of the contractor's staff in executing the project work scope. 7.Have you issued a cure notice, show cause notice, suspension of progress payments or other letters directing the correction of a performance problem in the past 3 years? 0 Yes 0 No If Yes, please explain. 8.Have you terminated this contractor for default within the past 3 years, or are there any pending termination actions? 0 Yes 0 No If Yes, please explain. 9.Based on the offeror's overall performance, would you award them another contract? 0 Yes 0 No If No, please explain. 10.Have you discussed any adverse past performance problems with the Offeror and given them an opportunity to comment? 0 Yes 0 No Please explain. 11.Do you file past performance information in a database that the Contracting Officer may search? 0 Yes 0 No Please explain. 12.If the contract had options, were those options exercised? 0 Yes 0 No Please explain. 13. What was the contract period of performance (i.e., when were services provided)? 14. What was the dollar value of the contract performed by the offeror? 15. Provide a brief description of the services provided by the offeror for this contract. Please attach any past performance database reports or other material you deem appropriate to a full understanding of the Offeror's past performance by the evaluator.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812R0520/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-0520 0001 VA248-12-R-0520 0001.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=284660&FileName=VA248-12-R-0520-0001000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=284660&FileName=VA248-12-R-0520-0001000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando, Fl
Zip Code: 32803
 
Record
SN02646632-W 20111231/111229233727-98347ea500e8eff0e432f7c9f792e23f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.