DOCUMENT
H -- Columbia Fire Damper testing - Attachment
- Notice Date
- 9/2/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25515Q1000
- Response Due
- 9/15/2015
- Archive Date
- 10/15/2015
- Point of Contact
- Rickie.Maxwell@va.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veterans Affairs plans to release a RFQ for open market, small business competition for the below requirement. This is for the Columbia MO VAMC and is a onetime service. The solicitation will be issued within 10 business days of this posting. The Point of Contact by email only: Contracting Officer: Rickie.Maxwell@va.gov Statement of Work Periodic Inspection and Testing at the Columbia VA Medical Center (Fire Dampers, Smoke Dampers and Combinations F/S Dampers, as applicable) 1. Contract includes locating, operating and inspection of all fire and smoke dampers located in floor slabs, fire walls and smoke walls located throughout the facility. Prints showing all fire and smoke wall locations will be provided as well as existing ductwork drawings for use in identifying slab, wall, roof, etc. penetrations. Contractor shall be certified for duct cleaning by NADCA (National Air Duct Cleaners Association ) or equal organization, subject to approval by the Contracting Officers Technical Representative (COTR). Contractor shall provide hospital work references for equal or similar work. Contractor must provide appropriate dust containment measures to conform to hospital infection control policies and procedures. An Infection Control Risk Assessment (ICRA) must be completed and general infection control measures followed throughout the inspection. 2. General Procedures: a. Access each damper via existing access panels or new panels cut into existing ductwork. This will include inspecting all new dampers installed in the new OR/SPS and Imaging areas. New OR Has 42 FS dampers New SPS area has 5 and Imaging has approximately 15. b.. If the damper has a fusible link, the link shall be removed for testing to ensure full closure and lock-in-place if so equipped. c. The operational test of the damper shall verify that there is no damper interference due to rusted, bent, misaligned or damaged frame or blades, or defective hinges or parts. d. The damper frame shall be cleared of any material / foreign objects that would affect the damper operation. e. Contractor shall clean the area around the damper, the blades, hinges, frame and track. f. The fusible link (if applicable) needs to be reinstalled after the completion of testing. g. Contractor shall replace all damaged or painted fusible links. Links shall be replaced with a link of the same size, temperature and load rating. h. Close all access openings or install new access panels as a necessary. Old and new access panels shall have seals to prevent air leakage, replace existing seals as necessary. New access panels shall incorporate a sealed plate of the same metal as the existing ductwork. i. A clean set of drawings will be provided to the contractor for the purposes of identifying dampers and noting the identification number (refer to Item 6 below). The VA will provide drawings for the New OR and Imaging areas. j. Supply duct work shall be reinsulated if insulation is damaged while accessing fire dampers. k. The COTR shall be notified upon completion of each damper servicing for inspection purposes. 3. Contractor shall service all dampers that can be accessed without removal of fixed building features (i.e. walls, electrical conduit, ductwork, and flooring). Dampers that the contractor deems inaccessible shall be reviewed by the COTR for concurrence with the contractor's assessment. Dampers that are not accessible shall be marked as such on the clean drawings. All locations presumed to be inaccessible shall be reviewed and approved by the COTR prior to posting on the drawings. 4. Ducting observed in locations lacking required fire or smoke dampers shall be listed on the final report. Contractor shall include; location, duct size, type of duct and if there is access to install a new fire damper. A clean set of prints will be provided by the facility and shall be clearly marked by the contractor with current and needed dampers locations. Report shall be turned in upon completion of the work. 5. The majority of work will be performed within normal duty hours but there a few sensitive areas, such as surgery/SPS, in which the work may be required to be done after normal hours. In general, work will be performed with the air handling equipment on. For safety reasons on main ducts air handling systems can be shut down for short periods of time. All non critical shutdowns will be coordinated with the COTR or designee the with same day response. All Critical area shut downs will be requested through the COTR in writing at least two days prior. 6. All inspections and testing need to be documented indicating the location of the damper, date of inspection, name of inspector, size of fusible link and deficiencies discovered. Each Fire damper will be labeled on the ducting with an individually identifying number and that number referenced on the final report. Documentation of any items in need of correction will include a color digital photograph in the "as-Left" condition of damaged/inoperable dampers. 7. The documentation needs to have space to indicate when and how the deficiencies were corrected. Corrections such as a new damper or missing damper are not included within this scope. Upon completion of the inspection, the contractor can provide a detailed quotation for any repairs outside of this scope. 8. All services for this contract shall comply with Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), NFPA 80, Chapter 19, Section 19.4, NFPA 101, Joint Commission(JC), and VA Regulations. 9. The government shall provide utilities to include power, water, and sanitary sewer. 11. Contractor Check-in - The contractor will schedule all work with the COTR, Kyle Grant Columbia VAMC at (573) 814-6000 x52413, prior to performance of services. Contractor shall report all issues to the COTR Kyle Grant while performing work at the Columbia VAMC. 12. Contractor employees shall wear visible identification at all times while on the premises of the VA Medical Center. Smoking is prohibited inside of buildings Contractor employees are not allowed to carry smoking materials on their person while working at the facility. Possession of weapons is prohibited. 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. 13. All vehicles will be locked and the keys removed while performing service on the Medical Center's property. This is intended to protect the contractor's property and provide for the safety of the Medical Center's personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the contractor for any conditions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q1000/listing.html)
- Document(s)
- Attachment
- File Name: VA255-15-Q-1000 VA255-15-Q-1000-PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2294881&FileName=VA255-15-Q-1000-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2294881&FileName=VA255-15-Q-1000-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-15-Q-1000 VA255-15-Q-1000-PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2294881&FileName=VA255-15-Q-1000-000.docx)
- Record
- SN03868254-W 20150904/150903000017-d9686be950127abdf64080f61415ca15 (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 |