Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2015 FBO #4829
DOCUMENT

J -- Service Contract For Fire System Maintenance, Inspection, And Testing Foe The VA Medical Center Memphis - Attachment

Notice Date
2/11/2015
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915Q0250
 
Response Due
2/24/2015
 
Archive Date
4/10/2015
 
Point of Contact
Victoria Rone
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0250 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Service-Disabled Veteran Owned Small Business (SDVOSB). The NAICS is 561621 and the small business size standard is $20.5Million. To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Description of Services: The government anticipates awarding a Firm Fixed Price award. The bases of award will be Lowest Price Quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the government. The Memphis VA Medical Center located at 1030 Jefferson Avenue, Memphis, TN 38104 has a requirement a fire system maintenance, inspection, and testing service contract with a Base Year plus Two (2) one-year option periods to renew. The Offeror is required The Contractor shall provide all services necessary to monitor, inspect, test and perform all required maintenance and repairs for all VA Medical Center Memphis facilities (1, 1A, 5, 6, 7, 8, 9, 10, 34 and North Clinic) fire systems, except for the South and Jackson clinics. The vendor shall inspect the systems to determine whether they are in service and in satisfactory condition in accordance with National Fire Protection Association (NFPA) standards. Period of Performance: Base Year - March 1, 2015 thru September 30, 2015; with two (2) one-year option periods to renew. Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov The following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors--Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest after Award 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. All questions should be emailed to Victoria.Rone3@va.gov by February 18, 2015 at 8:00am CST. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received by February 24, 2015 at 9:00am CST. Email your quote to Victoria.Rone3@va.gov. The subject line must specify VA-249-14-Q-0250 - Fire System Maintenance. There will be no automated email notification of amendments or receipts of quotes. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Any firm that is not considered a SDVOSB under this NAICS code should not submit a response to this notice. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. See Attached: Table 5.1.1.2 (Summary of Sprinkler System Inspection, Testing, and Maintenance) See Attached: Price/ Cost Schedule See Attached: Statement of Work STATEMENT OF WORK 1.SCOPE: The Contractor shall provide all services necessary to monitor, inspect, test and perform all required maintenance and repairs for all VA Medical Center Memphis facilities (1, 1A, 5, 6, 7, 8, 9, 10, 34 and North Clinic) fire systems, except for the South and Jackson clinics. The vendor shall inspect the systems to determine whether they are in service and in satisfactory condition in accordance with National Fire Protection Association (NFPA) standards and with this Statement of Work (SOW). 2.REQUIREMENTS: A.The contractor shall ensure that all personnel performing work on this contract are trained and qualified. The contractor shall submit Technician Fire System certifications with the contractor's response to the solicitation. Fire system certificate must be from Notifier Systems. B.The contractor shall provide 24 hours fire monitoring for all VA Medical Center Memphis facilities except for the South clinic and Jackson clinic. C.The contractor shall respond within one hour when any fire panel goes to a non-normal status and to correct the discrepancy causing the non-normal condition. The Contactor shall provide any device(s) required to correct the discrepancy. D.The contractor shall perform the required weekly, monthly, quarterly, semiannually, annually, and five year inspections in accord with 2013 edition NFPA 72, Table 14.3.1. Inspection shall start within 30 days after contract is awarded. The first semi-annual fire sprinkler inspection for the base year shall be conducted within 30 days after contract award. The annual fire system inspection is due in July 2015 for Node 1, Node 2, and Node 3. The annual fire system inspection for Node 5 and North Clinic is due in August 2015. The last inspection was conducted July 30, 2014 for Node 1, July 26, 2014 for Node 2, July 30, 2014 for Node 3, August 20, 2014 for Node 5 and August 13, 2014 for the North Clinic. E.The contractor shall perform the required weekly, monthly, quarterly, semiannually, annually, and five-year testing in accordance with 2013 edition NFPA 72, Table 14.4.3.2. Five-year testing shall be done in the base year. Testing must start within 30 days after contract is awarded. F.The contractor shall perform preventative maintenance on a quarterly basis. G.The contractor shall maintain the fire system devices in an operational status. H.The contractor shall repair or replace any device that is not functioning correctly. This work will be invoiced and paid against the first (or second, etc.) line item for each sequential year. I.The contractor shall provide all replacement devices. The contractor shall replace 25 valves (four 2-inch, six 2-1/2-inch, six 3-1/2-inch, six 4-inch, two 6-inch and one 4-inch butterfly valves) in the base year. The contractor shall comply with all current Federal, State and Local safety and health requirements that apply to the type of work being performed under this contract. It is the contractor's responsibility to keep the work area neat and clean with all-waste materials, trash, and debris deposited in waste containers furnished by the Government. All Government documentation, files, and records remain the property of the Government. 3.VA MEDICAL CENTER DEVICES: The fire systems consist of the following: 56 -Heat Detectors 268 - Pull Stations 85 - Smoke Detectors (Duct P) 744 - Smoke Detectors (Photo) 44 - Ion Duct Detectors 208 - CMX Form C Modules 53 - Control Modules 100 - Form C Relay Modules 29 - Equipment Monitor Modules 47 - Form C Manual Modules 72 - Supervisory Monitor Modules 9 - System Monitor Modules 30 - Trouble Monitor Modules 16 - Fire Telephones 35 - Monitor Modules 190 - Tamper Switches 125 - Water Flow Switches There are currently 149 batteries on the fire systems: 32 - 12V7AH 13 - 12V7.5AH 46 - 12V8AH 44 - 12V12AH 2 - 12V18AH 6 - 12V24AH 6 - 12V26AH 4.SERVICES TO BE PROVIDED: The following services shall be performed on the following: FIRE SPRINKLER SYSTEMS: The contractor shall perform inspection, testing, maintenance, and repairs for all VAMC Memphis except for the South and Jackson clinics fire sprinkler systems in accordance with (IAW) 2014 edition NFPA 25, Table 5.1.1.2, Standpipe IAW 2014 edition Table 6.1.1.2, Fire Pumps IAW Table 8.1.2, Valves, Valves Components and Trim IAW Table 13.1.1.2 and Internal Piping Condition and Obstruction IAW Chapter 14. VAMC has a wet pipe, a dry system for Elevator Room and Shafts, three pre-action, and antifreeze systems. VAMC currently has one electric fire pump for the base year and will have a second fire pump installed for option year one and option year two. The contractor will be shown the location of the second fire pump after it is installed. VAMC has seven fire department connections (FDC) and nine fire hydrants. There are approximately 12 check valves on the fire system. VAMC has four post indicator valves (PIV). Annual and semiannual inspections start from the last inspection dated July 30, 2014 for Node 1, July 26, 2014 for Node 2, July 30, 2014 for Node 3, August 20, 2014 for Node 5 and August 13, 2014 for North Clinic. Any inspection or testing due in Jan 2015 must be done within 30 days after the contract is awarded. A. Monitoring Fire Systems Contractor shall provide 24 hours a day monitoring of the fire alarm systems for all VAMC Memphis facilities except for the South and Jackson clinics. B. Visual Inspection - Contractor shall note in a report and correct any discrepancies. Fire System 1. All equipment - Annually The contractor is to ensure there are no changes that affect equipment performance such as any building modifications, occupancy changes, change in environmental conditions, device locations, physical obstructions, device orientation, physical damage, and degree of cleanliness. 2. Control equipment - Annually and Semiannually a. Contractor shall verify a system normal condition on an annual basis. b. Contactor shall verify correct receipt of alarm, supervisory, and trouble signals (inputs); operation of evacuation signals and auxiliary functions (outputs); circuit supervision, including detection of open circuits and ground faults; and power supply supervision for detection of loss of ac power and disconnection of secondary batteries. c. Contractor shall verify trouble signals semiannually. 3. Batteries - Semi-Annually Contractor shall visually inspect all 149 sealed lead acid batteries semiannually for corrosion or leakage. Contractor shall verify the tightness of the connections and shall verify the marking of the month/year of manufacture. 4. Supervising station alarm systems transmitters - Annually Contractor shall verify location, physical condition, and a system normal condition for the digital alarm communicator transmitter annually. 5. In-building fire emergency voice/alarm communications equipment - Semiannually Contractor shall verify location and condition of in-building fire emergency voice/alarm communication semiannually. 6. Remote annunciators - Semiannually Contractor shall verify location and condition semiannually. 7. Notification appliance circuit power extenders and remote power supplies -Annually Contractor shall verify proper fuse rating; verify that lamps and LEDs indicate normal operating status of the equipment annually. 8. Transient suppressors and Fiber-optic cable connections -Semiannually Contractor shall verify location and condition semiannually. 9. Initiating devices a. Electromechanical releasing devices, fire extinguishing or suppression systems switches, manual fire alarm boxes, heat detector and smoke detectors -Semiannually Contractor shall visually inspect all these devices semiannually. b. Duct detectors - Semiannually Contractor shall verify that detector is rigidly mounted, no penetration in a return air duct exist in the vicinity of the detector. Confirm the detector is installed so as to sample the airstream at the proper location in the duct semiannually. c. Sampling tube - Semiannually Contractor shall verify proper orientation and confirm the sampling tube protrudes into the duct in accordance with system design semiannually. d. Supervisory signal and water flow devices - Quarterly Contractor shall visually inspect all devices quarterly. 10. Fire alarm Control interface and emergency control function interface -Semiannually Contractor shall verify location and condition of all interfaces semiannually. 11. Notification appliances - Semi-Annually: Contractor shall verify location and condition of all audible, audible textual notification, and visible appliances. Contractor shall verify that the candela rating markings on the visible appliances agrees with the approved drawings. Fire Sprinklers 1. Gauges a. Wet pipe and deluge systems - Weekly Contractor shall inspect quarterly to ensure that they are in good condition and that normal water supply pressure is being maintained. b. Dry and preaction systems - Weekly Contractor shall inspect weekly to ensure that normal air or nitrogen and water pressures are being maintained. 2. Control Valves (Tampers) -Quarterly, PIV -Monthly Contractor shall verify the following condition: In the normal open or closed position, it's sealed, locked or supervised, accessible, free from external leaks. Contractor shall inspect 190 tampers switches quarterly and four PIVs monthly. 3. Water flow alarm and Supervisory devices - Quarterly Contractor shall inspect and verify on a quarterly basis that all 125 water flow switches are free of physical damage. 4. Hanger / seismic bracing -Annually Contractor shall inspect all hanger and seismic bracing from the floor level for damaged, loose, or unattached braces during the annual inspection. 5. Pipe and fittings - Annually Contractor shall inspect all sprinkler pipe and fittings from the floor level annually. 6. Sprinklers -Annually Contractor shall inspect all sprinklers within the VAMC 1.5 million square feet of facilities for signs of leakage, corrosion, foreign materials, paints, and physical damage, loss of fluid in glass bulb, and correct orientation. 7. Spare Sprinklers - Annually Contractor shall inspect spare sprinklers for correct number and type of sprinkler and each type of sprinkle wrench annually. 8. Fire Department Connections (FDC) - Quarterly Contractor shall inspect fire department connections to verify the following: FDC is visible and accessible; couplings or swivels rotate smoothly and are not damaged; plugs or caps are in place and undamaged; gaskets are in place and in good condition; identification sign is in place; check valve is not leaking; automatic drain valve is in place and operating properly; FDC clapper is in place and operating properly, and interior of the connection is inspected for obstructions. Contractor shall inspect the seven FDCs quarterly. 9. Obstruction, internal inspection of piping - 5 Years Contractor shall perform an inspection of piping and branch line conditions by opening a flushing connection at the end of one main and by removing a sprinkler toward the end of one branch line for the purpose of inspecting for the presence of foreign organic and inorganic material. Contractor shall perform this task within 30 days after contract award date. 10. Check valves (interior) - 5 Years Contractor shall inspect internally to verify that all components operate correctly, move freely, and are in good condition. Contractor shall conduct the check valves internal inspection for approximately 12 check valves in the base year. 11. Hose connection valves - Annually Contractor shall verify the hand wheel is not broken or missing, outlet hose threads are not damaged, no leaks are present, and reducer and cap are not missing. Contractor shall inspect all fire hose connections annually. 12. Emergency manual starting means - Annually Contractor shall inspect the emergency manual starting means annually. 13. Circuit Boards - Annually Contractor shall inspect all circuit boards for corrosion annually. 14. Leaks &Water on Equipment - Annually Contractor shall inspect fire pump area for plumbing parts leaks and any water on the electrical parts annually. 15. Fire Pump Inspection - Weekly Contractor shall visually inspect the following electrical system conditions: a. The controller pilot light is illuminated b. The transfer switch normal pilot light is illuminated. c. The isolating switch is closed. d. Phase alarm pilot light is off or normal phase rotation pilot light is on e. Power to pressure maintenance (jockey) pump is provided. C. Testing Fire System 1. Control Equipment & Transponder -Annually Functions - a. Contractor shall verify correct receipt of alarm, supervisory, and trouble signals (inputs). b. Contractor shall ensure operation the following: evacuation signals, auxiliary functions (outputs), supervisory circuit, supervisory power supply for detection of loss of ac power, and disconnection of secondary batteries. c. Primary power supply - Contractor shall disconnect and test all secondary (standby) power under maximum load, including all alarm appliances requiring simultaneous operation. Reconnect all secondary (standby) power at end of test. Test redundant power supplies separately. d. Lamps and LEDs - Contractor shall illuminate lamps and LEDs. 2. Fire alarm control unit trouble signals - Annually - a. Audible and visual - Contractor shall verify operation of control unit trouble signals. Contractor shall verify ring-back feature for systems using a trouble-silencing switch that requires resetting annually. b. Disconnect Switches - For control units that have disconnect or isolating switches, contractor shall verify performance of intended function of each switch. Contractor shall verify receipt of trouble signal when a supervised function is disconnected. c. Ground-fault monitoring circuit - Contractor shall verify the occurrence of ground-fault indication whenever any installation conductor is grounded if the system has a ground detection feature. d. Transmission of signals to off-premises location - i. Contractor shall actuate an initiating device and verify receipt of alarm signal at the off-premises location. Contractor shall create a trouble condition and verify receipt of a trouble signal at the off-premises location. ii. Contractor shall actuate a supervisory device and shall verify receipt of a supervisory signal at the off-premises location. iii. If a transmission carrier is capable of operation under a single- or multiple-fault condition, the contractor shall activate an initiating device during such fault condition and verify receipt of an alarm signal and a trouble signal at the off-premises location. 3. Supervising station alarm systems - Transmission Equipment a. All equipment - Contractor shall test all system functions and features in accordance with the equipment manufacturer's published instructions for correct operation in conformance with the applicable sections of NFPA 72, Chapter 26 annually. b. Digital alarm communicator transmitter - Contractor shall test DACT for line seizure capability by initiating a signal while using the telephone line (primary line for DACTs using two telephone lines) for a telephone call annually. Contractor shall ensure that the call is interrupted and that the communicator connects to the digital alarm receiver. Contractor shall verify receipt of the correct signal at the supervising station and shall verify each transmission attempt is completed within 90 seconds from activation to receiving off station. Contractor shall disconnect the telephone line from the DACT. Contractor shall verify that the indication of the DACT trouble signal occurs at the premises fire alarm control unit within 4 minutes of detection of the fault. Verify receipt of the telephone line trouble signal at the supervising station. Contractor shall restore the telephone line (primary line for DACTs using two telephone lines), reset the fire alarm control unit, and verify that the telephone line fault trouble signal returns to normal. Contractor shall verify that the supervising station receives the restoral signal from the DACT. Contractor shall disconnect the secondary means of transmission from the DACT and shall verify that the indication of the DACT trouble signal occurs at the premises fire alarm control unit within 4 minutes of detection of the fault. Contractor shall verify receipt of the secondary means trouble signal at the supervising station. Contractor shall restore the secondary means of transmission, reset the fire alarm control unit, and verify that the trouble signal returns to normal. Contractor shall verify that the supervising station receives the restoral signal from the secondary transmitter. Contractor shall cause the DACT to transmit a signal to the DACR while a fault in the telephone line is simulated. Contractor shall verify utilization of the secondary communication path by the DACT to complete the transmission to the DACR. 4. Emergency communications equipment - Annually: a. Amplifier / tone generators - Contractor shall verify correct switching and operation of backup equipment. b. Call-in signal silence -Contractor shall operate/function and verify receipt of correct visual and audible signals at control unit. c. Off-hook indicator - Contractor shall install phone set or remove phone from hook and verify receipt of signal at control unit. d. Phones jacks - Contractor shall visually inspect phone jacks and initiate communications path through the phone jacks. e. Phone set - Contractor shall activate each phone set and verify correct operation. f. System performance - Contractor shall operate the system with a minimum of any five handsets simultaneously and shall verify voice quality and clarity. 5. Secondary power supply-Annually: a. Contractor shall disconnect all primary (main) power supplies and verify the occurrence of required trouble indication for loss of primary power. b. Contractor shall measure or verify the system's standby and alarm current demand and verify the ability of batteries to meet standby and alarm requirements using manufacturer's data. c. Contractor shall operate general alarm systems for a minimum of 5 minutes and emergency voice communications systems for a minimum of 15 minutes. d. Contractor shall reconnect primary (main) power supply at the end of each test. 6. Battery tests - Sealed lead-acid type- annually - Battery replacement if it does not pass its semiannually load test. a. Contractor shall replace 149 batteries in accordance with the recommendations of the alarm equipment manufacturer or when the recharged battery voltage or current falls below the manufacturer's recommendations or within 5 years after manufacture or more frequently if needed. First testing must be done within 30 days after the contract is awarded. b. Charger test - Contractor shall connect to the charger with the batteries fully charged; measure the voltage across the batteries with a voltmeter. Verify the voltage is 2.30 volts per cell ±0.02 volts at 77 °F (25 °C) or as specified by the equipment manufacturer. Contractor shall perform a charge test on 149 batteries annually. c. Discharge test - Contractor shall load test the batteries following the manufacturer's recommendations with the battery charger disconnected. Verify the voltage level does not fall below the levels specified. Discharge test shall be performed on 149 batteries annually. d. Load test - Contractor shall load test batteries by means of an artificial load equal to the full fire alarm load connected to the battery. Contractor shall load voltage test 149 batteries semiannually. e. Contractor shall verify the batteries (149) perform under load, in accordance with the battery manufacturer's specifications. 7. Remote annunciators - Contractor shall verify the correct operation and identification of annunciators annually. 8 Initiating devices - a. Fire extinguishing systems or suppression system alarm switches - Contractor shall operate the switch mechanically or electrically and verify receipt of signal by the fire alarm control unit annually. b. Heat detectors Contractor shall annually test functionality mechanically and electrically. c. Smoke Detectors annually - 1. Contractor shall test smoke detectors in place to ensure smoke entry into the sensing chamber and an alarm response annually. Contractor shall use smoke or a listed and labeled product acceptable to the manufacturer or in accordance with their published instructions. d. Duct Detectors - Contractor shall use sampling tubes to ensure that they will properly sample the airstream in the duct using a method acceptable to the manufacturer or in accordance with their published instructions annually. e. Tampers Switches - Contractor shall test 190 tamper switches and verify receipt of signal by the fire alarm control unit semiannually. 9. Alarm notification appliances (Conducted Annually): a. Audible - Contractor shall verify audible information to be distinguishable and understandable. b. Visible - Contractor shall verify that each appliance flashes. Fire Sprinkler system 1. Water flow alarm devices - Vane and pressure switch type - Semiannually Contractor shall accomplish testing by opening the inspector's test connection semiannually. 2. Control valves - Annually a. Supervisory - Contractor shall make two revolutions of a hand wheel or move the stem of the valve one-fifth of the distance from normal position. A distinctive signal shall indicate movement. b. Position and Operations - Contractor shall operate each control valves through its full range and return to its normal position annually. c. Post Indicator Valve - Annually Contractor shall open until spring or torsion is felt in the rod, indicating that the rod has not become detached from the valve annually. 3. Main Drain Test - Annually Contractor shall conduct a main drains test annually for each water supply lead-in to a building. 4. Antifreeze system - Annually - a. Contractor shall test the freeze point of the solution by measuring the specific gravity with a hydrometer or refractometer and adjust the solution as necessary. b. Contractor shall provide antifreeze. c. Contractor shall properly remove and dispose of any used or unused antifreeze. 5. Gauges - a. Contractor shall replace 96 gauges every 5 years. The new fire pump will increase by 10 gauges for a total of 106 gauges after the base year. b. Contractor shall supply replacement gauges. c. Gauges are due for replacing in option year four (if option year is exercised). d. Fire Pump weekly test will be performed during normal duty hours except for the monthly ATS test once a month. It is done at 6:00 a.m. - 6:30 a.m. usually on the 3rd Wednesday of the month unless it is a holiday. e. Fire hydrants can be flushed during normal duty hours. f. The annual fire pump test will be performed after normal work hours starting 4:00 a.m. - 5:00 a.m. setup to test at 6:00 a.m. with the generator monthly testing. g. One fire pump shall be tested during the base year annually and weekly. Option years (if exercised) will have two fire pumps that shall be tested annually and weekly. 6. Sprinkler -Fast Response - Contractor shall replace any sprinkler that has been in service for 20 years. 7. Hose Valves Annually a. Contractor shall conduct a full flow test on each valve and compare the previous test results. This test is required annually. b. Contractor shall conduct a partial flow test to move the valve form its seat annually. 8. Hydrostatic test - 5 Year Contractor shall conduct a hydrostatic test on all the standpipes during Option Year 4 (if exercised). 9. Fire pump - Annually - Weekly a. Contractor shall conduct the fire pump flow test annually. b. Contractor shall perform the electrical fire pump test weekly. c. This work has to be performed during non-duty hours. 10. Automatic transfer switches - Monthly: Contractor shall operate transfer switches by electrically operating the transfer switch from the primary position to the alternate position and then a return to the primary position. 11. Fire Hydrant - Annually Contractor shall flush all VAMC fire hydrants (7) annually. 12. Dry Pipe - Annually Contractor shall trip test dry pipe valve during warm weather annually. D. Maintenance 1. Fire Systems a. Contractor shall provide preventative maintenance to cover the entire fire system quarterly. b. Contractor shall clean any smoke detector with a dirt tolerance of 55% on a quarterly basis. c. Contractor shall dispatch a technician within one hour of being notified the fire system is out of the normal mode to return it to normal mode. Contractor should estimate approximately 10 calls per quarter. d. Contractor shall supply all devices and parts. e. No work will be done on weekends. f. A 72 hour notice is required for coordination with the space users. g. After-hour work shall be conducted if the occupant indicates the space is not available during normal duty hours. h. The annual fire pumps testing shall be conducted before or after normal duty hours due to the flooding of the parking lots. 2. Fire Sprinkler System a. Contractor shall provide all device and parts for repair or replacement. b. Contractor shall conduct maintenance and repairs in accordance with NFPA 25, Table 6.1.2. c. Contractor shall replace water flow switches as needed. d. Contractor shall replace tamper switches as needed. e. Contractor shall replace control valves as needed. 5.MAPS: The VA Medical Point of Contact/ Contracting Officer Representative (COR) will be responsible for ensuring that the contractor and the contractor personnel have maps of the VA Medical Center Memphis facilities prior to any work being performed. For devices in mechanical rooms, which are locked, the keys are maintained in graphic control and shall be signed in and out daily. Graphic Control is manned 24 hours a day 7 days a week including holidays. COR will provide escorts when needed. All work must be done during the hours of operation except if the occupant indicates the space is not available and the annual fire pumps testing due to flooding of the parking lots. 6.UNKNOWN REPAIRS: The Contractor shall provide all labor, materials, equipment, and supervision to perform unknown repairs that are discovered during the inspection and testing portion of this contract. For repairs at $1000 or under, the Contractor is to proceed with the repair without further permission from the Contracting Officer. Any repair estimated to be over $1000, the Contractor shall submit a quote to the COR and the Contracting Officer within 48 hours of the known deficiency/repair. The Contractor shall not proceed with any repairs estimated over $1000 without permission from the Contracting Officer. If an agreement cannot be made between the Government and the Contractor for a repair, the Government reserves the right to have the repair done by other means. This work will be invoiced and paid out against the third line item associated with each year. The Contractor shall keep record of the total amount of funds that have been paid against this line item. The Contractor shall not perform any repairs, no matter then estimated value, without permission from the Contracting Officer once 80% of the line item funds have been expended. 7.REPORTING REQUIREMENTS AND DELIVERABLES: The contractor is responsible for completing tasks and submitting a written report to the Contracting Officer Representative (COR) detailing the nature of all work performed, indicating findings and corrective action recommended. The vendor shall submit a written report to the Contracting Officer Representative (COR) within 30 days of completion of the annual tests and inspection and prior to billing. The report shall contain in detail, the tests completed and their results. A page for discrepancies and a page for corrections with the time of discovery and correction are part of the written report. During the testing, any discrepancies found must be corrected within four hours of discovery/failure. The contractor must notify the COR. Contractor shall document the time and date of discovery/failure and notification to the COR. COR will monitor the completion time and determine measurements to implement for an ILSM if corrections are not completed within 4 hours. 8.HOURS OF OPERATION: The contractor shall perform services required during the hours of 8:00 a.m. - 4:00 p.m., Monday through Thursday except for federal holidays or as directed by the designated VAMC Memphis Point of Contact/ COR. Any work that needs to take place after hours must be scheduled with the VAMC Memphis Point of Contact/COR 72 hours prior to starting any work. COR/designated escort will work with the contractor before and after normal work hours as needed. COR/designated representative will work with the contractor for monthly ATS testing on the 3rd Wednesday of each month. Contractor shall submit to the COR a monthly schedule of work at least 7 days before the beginning of the month. 9.U.S LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 10.SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police to obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Memphis issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Memphis grounds; must provide a list of employees prior to start of the contract and shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Memphis. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and the appropriate personal protective equipment for the work conducted in the VA facility. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis must have a background check to determine eligibility to work on federal property. 11. SITE REGULATIONS: All work shall be performed in accordance with VAMC Memphis rules & regulations. Appendix/Attachments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0250/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-Q-0250 VA249-15-Q-0250.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1860808&FileName=VA249-15-Q-0250-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1860808&FileName=VA249-15-Q-0250-000.docx

 
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;VA Medical Center Memphis;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104
 
Record
SN03640170-W 20150213/150211234947-4657667ec5b07bd1dc62ae9aa4e445cf (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.