Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
DOCUMENT

J -- Fire Alarm Notifications - Attachment

Notice Date
5/17/2017
 
Notice Type
Attachment
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N0964
 
Response Due
5/22/2017
 
Archive Date
7/21/2017
 
Point of Contact
Danielle L. Carroll
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 541350 Building Inspection Services 3. Interested and capable Contractors should respond to this notice not later than May 22nd, 2017 by providing the following via email only to danielle.carroll4@va.gov (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to the installation of Fire Alarm notification appliances throughout building 5 (Department of Veteran Affairs, 5901 E. Seventh St, Long beach, CA 90815). It has been determined that there are inadequate evacuation audio/visual components and the existing devices were not located according to the current code. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement STATEMENT OF WORK (SOW) As of 19/April/2017 1. Contracting Officer s Representative (COR). 2. Contract Title. Installation of Fire Alarm notification appliances in Bldg. 5. VAMCLB 3. Background. Installation of Fire Alarm notification appliances throuoghout Bldg. 5 where it has been determined that there were inadequate evacuation audio/visual components and that existing devices were not located according to current code. 4. Scope. Service to supply all Labor and Materials: Service to install new conduit, boxes, wire and connectors as needed for new devices. Install (28) new speaker/strobe devices. Install (27) new strobe devices. Install (4) new smoke detectors in corridor that did not have fire sprinkler coverage. Install (2) new manual pull station devices. Relocate (2) speaker/strobe devices that are mounted higher than code requirement. Relocate (2) pull station devices that are mounted higher than code requirement. Program and test new components to insure proper functionality. All areas to be kept broom clean. All work to be performed between 7:00AM to 4:00PM Monday thru Friday. Contractor shall obtain a Contractor I.D. Badge from the VA Police. All Contractor personnel are required to wear I.D. Badge during the entire time on VA facility. Foreman: 30 Hour OSHA training in Construction Safety & Current TB test. Personnel: 10 Hour OSHA training in Construction Safety & Current TB test. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 5. Specific Tasks. Service to perform duties stated in the Scope of Work. 6. Performance Monitoring - Routine inspections by Facilities Personnel 7. Security Requirements Vendor will not have access to patient records, data or VA computer systems 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No Government equipment will be used by the Vendor 9. Other Pertinent Information or Special Considerations. None 10. Risk Control Submit an (ICRA). Infection Prevention Construction Risk Assessment permits. 11. Place of Performance. Bldg. 5. VAMCLB. 12. Period of Performance. The period of performance will be two weeks from the date the purchase order is awarded. 13. Delivery Schedule. N/A:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0964/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0964 VA262-17-N-0964.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506645&FileName=VA262-17-N-0964-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506645&FileName=VA262-17-N-0964-000.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 Veteran Affairs;5901 E. 7th Street;Long Beach;CA
Zip Code: 90822
 
Record
SN04511846-W 20170519/170517234918-f39617316f57f7c4da39c1b474a2100a (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.