Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2017 FBO #5676
DOCUMENT

H -- Fire Protection Services for Veterans Affairs Palo Alto Health Care System at Livermore Medical Center - Attachment

Notice Date
6/6/2017
 
Notice Type
Attachment
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117N0662
 
Response Due
6/13/2017
 
Archive Date
7/18/2017
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
1-9000
 
Small Business Set-Aside
N/A
 
Description
Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PDT, June 13, 2017. SOURCES SOUGHT SYNOPSIS ONLY Fire Protection Services for Veterans Affairs Palo Alto Health Care System At Livermore VA Medical Center This is a sources sought announcement ONLY and is NOT a request for proposals or quotes. This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources, reviewing commercial terms and conditions and ensuring a best value to the Government. The attached Statement of Work is draft format and utilized for market research purposes only and seeking possible contractors that can perform the requirement. The purpose of this request is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, or large business) relative to NACIS 922160. Size standard is currently 500 Employees. The Department of Veterans Affair, Network Contracting Office 21, is seeking sources for Fire Protection Services for Veterans Affairs Palo Alto Health Care System at Livermore VA Medical Center Livermore Veterans Affairs Medical Center (VAMC) is located at 4951 Arroyo Road, Livermore, CA 94550. In response to this announcement, please provide the information below: Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No The results of this market research will assist in the determination if a set-aside is in the best interest. Please complete this information for EACH sub-contractor. What duties will they perform under this requirement? What percentage of the contract requirement will they perform? Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PDT, June 13, 2017. DRAFT SOW Statement of Work (SOW) Fire Protection Services for Veterans Affairs Palo Alto Health Care System At Livermore VA Medical Center 1.0 General Scope of Work: 1.1 This Performance Work Statement (PWS) requires the successful offeror to operate one or more Contractor-Owned Contractor-Operated (COCO) Fire Stations, which provide the services of fire suppression to the Livermore Division of VA Palo Alto Health Care System (VAPAHCS). The Contractor shall be required to respond to all emergency calls and fire alarms. The service shall be provided 24 hours per day, 7 days per week, 365 days per year. The Livermore Veterans Affairs Medical Center (VAMC) is located at 4951 Arroyo Road, Livermore, CA 94550. 1.2 The Livermore Division is a 117-acre facility located outside the city limits of Livermore, California, with 27 buildings of which there are 120 nursing home care beds and 45 sub-acute care beds. 2.0 Scope of Work: 2.1. The Contractor shall provide all personnel, equipment and facilities necessary for successful performance of this contract. The Government will not provide any facilities or equipment. The existing fire station at this (VA) facility will not be used during available contract performance. Contractor's facilities shall be located off the VA premises. 2.2 The Contractor shall be required to provide pre-fire planning, fire suppression, emergency medical aid, emergency rescue (including but not limited to confined space rescue and elevator rescue), and hazardous material response. 2.3 Response time to the entrance of the Livermore Division campus shall be in eight (8) minutes or less with a minimum staff of six (6) fire fighters. The eight minute (8) response time shall be from the moment of the of alarm notification from the monitoring center. The fire fighters are permitted to respond on more than one vehicle. 2.4 The publications listed in Paragraph 16 (Applicable Regulations, Manuals, Specifications) are incorporated by reference into this contract and are supplemental to this specification. The Contractor shall maintain on file the current and latest edition of each applicable publication. 2.5 Changes regarding increase or decrease of buildings will be coordinated with the Contractor by the Contracting Officer prior to the initiation of such changes in order to assure adequate contractual coverage. 2.6 The Contractor shall provide and may receive services under formal mutual aid agreements at no cost to the government. The Contractor shall provide a copy of current mutual aid agreements to the COR prior to performance of contract. Refer to section 13. 3.0 Contractor Supervision: 3.1 The Contractor shall obey all Government regulations as posted on the Livermore Division facility. 3.2 The Contractor shall provide competent supervision at all times. The Contractor shall designate in writing a Contract Manager (Fire Chief or other designee) who shall be responsible for the overall management and coordination of the Contractor's work force and who shall act as the central point of contact with the Government. This document shall be submitted to the Contracting Officer within 10 days after award of contract. 3.3 Contractor shall ensure that all Fire Department operations are conducted in a safe manner and that all fire fighters are knowledgeable in fire fighter occupational safety and health practices. Contractor shall comply with all provisions of National Fire Protection Association (NFPA) 1500, Standard on Fire Department Occupational Safety and Health Program. 3.4 The Fire Chief (Contract Manager) or designated alternate shall have full authority to act for the Contractor on all contractual matters relating to daily operation of this contract. 4.0 Personnel Qualifications and Requirements: 4.1 The Contractor shall ensure that proper staffing levels are maintained at all times, as stated in the Scope of Work. 4.2 The Contractor s fire fighters shall meet the following mandatory minimum experience and training requirements. 4.2.1 The fire fighters shall possess current State of California Firefighter I status or equivalent, or shall meet the requirements of NFPA 1001, Standard for Fire Fighter Professional Qualifications. 4.2.2 The fire fighters shall meet all State and County requirements for Emergency Medical Technician - Basic for medical emergencies. 4.2.3 Engineers (Driver/Operators) shall be licensed to drive motorized firefighting equipment, and operate specialized firefighting pumping equipment and mounted pressurized systems and dispensing devices. Engineers shall meet the requirements of NFPA 1002, Standard for Fire Apparatus Driver/Operator Professional Qualifications, as well as NFPA 1001. 4.2.4 The Captains shall be required to supervise the operations of an Engine Company and meet the requirements of a Company Officer as stated in NFPA 1021, Standard for Fire Officer Professional Qualifications. 4.3 The Contractor shall submit in writing to the Contracting Officer certification that all employees meet the mandatory minimum requirements. 4.4 Each employee of the Contractor shall be identified by a distinctive name plate, emblem, or patch attached in a prominent place to an outer garment. 4.5 The Contractor shall develop and implement a comprehensive training program and a refresher training schedule to cover all aspects of fire protection as required under normal NFPA standards. Each Fire Department member shall receive weekly, monthly or other training programs assigned to help the member to maintain speed and efficiency. The Contractor shall maintain records of training and have available for review upon request by the COR. 4.6 Personnel rosters: The Contractor shall furnish a list of all employees who might respond to the Livermore Division campus to the COR prior to the start of contract performance. The list shall include the full name and work assignment of each employee. The Contractor shall notify the respective COR of all additions, deletions, or changes at least five (5) days in advance of such changes whenever practicable, or as soon thereafter as is reasonably practicable. 4.7 The Contractor shall remove from the job site any employee for reasons of misconduct or security or as directed by the COR or CO. The removal of such a person shall not relieve the Contractor of the requirement to provide personnel to perform adequate and timely service. 4.8 Contractor Employee Compliance. The Contractor shall ensure that Contractor s employees entering the VA facility observe and comply with all VA policies, regulations, and procedures concerning fire, safety, environmental protection, sanitation, security, traffic, parking, and "off limits" areas. 5.0 Quality Control Plan (QCP): 5.1 The Contractor shall establish a complete quality control program to ensure that all requirements are provided for, as specified in all sections of this contract. One copy of the Contractors QCP shall be provided to the COR for review prior to contract performance. The Contractor s QCP shall include but not be limited to the following: 5.1.1 A statement describing how the Contractor will meet the basic requirements of this contract (i.e. staffing levels, time to respond to an incident, equipment requirements) shall be provided to COR 15 days after effective date of Contract award and whenever there are major turnover of personnel. A major turn-over would be determined by the COR. 5.1.2 A method for identifying deficiencies in the quality of services performed before the performance deficiency becomes unacceptable. 5.1.3 A method of recording or logging the daily activities of the contractor, which would demonstrate the Contractor's ability to maintain the minimum requirements of this contract. 5.1.4 The Government will monitor the contractor's performance using the Contractor s QCP and the Government s Quality Assurance Surveillance Plan (QASP) as established by the COR. 6.0 Reports: 6.1 The Contractor shall submit reports as required by the Scope of Work and all applicable provisions and clauses as follows: 6.2 Designation of Contract Manager shall be submitted to the COR within 10 days after award of contract. 6.3 Certification of the Contractor to meet mandatory requirements shall be provided to the COR before performing services. 6.4 Written schedule of training program shall be provided upon request by the COR. 6.5 The Quality Control Program shall be provided 15 days after Contract effective date. 6.6 Incident reports are due to the COR 48 hours after every incident at Livermore Division. The incident report shall be submitted in writing to the COR. 6.7. Personnel rosters shall be provided to COR on the effective start date and whenever there are updates. 7.0 Security Requirements: 7.1 The Contractor shall comply with all VA Police requirements. 7.2 The Contractor shall establish and implement methods of ensuring that keys issued to the Contractor by the Government are not lost or used by unauthorized persons. Keys issued to the Contractor by the Government shall not be duplicated. The Contractor shall also establish and implement methods to ensure that lock combinations are not revealed to unauthorized persons. These control methods shall be included in the Contractor s Quality Control Plan. 7.3 The Contractor shall immediately report lost or duplicated keys to the COR or designated representative. 7.4 In the event that keys are lost, the Government, at its option, will replace the affected locks or perform rekeying. In this case, the total cost of rekeying or replacement shall be deducted from the monthly payment due to the Contractor. In the event that a master key is lost or duplicated, all locks and keys for that system will be replaced by the Government and total cost shall be deducted from the monthly payment due to the Contractor. NOTE: Administrative buildings are locked at approximately 6:00 pm Pacific Standard Time (PST). All non-essential doorways in Building 62, Main Hospital, 12:30 a.m., Bldg 64, 8:00 p.m., and Building 90, Nursing Home Care Unit, is locked at 9 p.m. 8.0 Government Furnished Property: There is no GFP provided to the Contractor. 9.0 Contractor Furnished Property items: 9.1 Materials: The Contractor shall furnish all materials necessary to perform the tasks specified in this contract. 9.2 Equipment and Tools: The Contractor shall furnish all equipment and tools necessary to properly perform the work. The Contractor's equipment shall be in good condition and comply with safety standards. All equipment shall be cleaned and sanitized as required for the specific task for which it is intended. 9.3 Vehicles: The Contractor shall provide all necessary vehicles required to fulfill the requirements of this contract. 9.3.1 Vehicles shall be available for inspection by the COR or designee upon request. 9.3.2 Vehicles shall be specifically designed for the task for which they are supplied, i.e., transporting fire-fighting equipment and supplies, personnel, etc. 9.3.3 Vehicles shall be in operable condition and meet all applicable Local, State and Federal safety requirements. 9.3.4 Vehicles shall be painted so as to present a neat appearance with the Contractor s name affixed on both sides of the vehicle. 9.3.5 Vehicles shall be equipped with radio dispatch equipment. 10.0 General Tasks: 10.1 The Contractor shall use all available resources to safeguard human life and property, control and suppress all fires at the Livermore Division and, as necessary, lend assistance within the mutual aid area. Refer to section 13.0 for Mutual Aid. 10.2 Eight Minute Response Time: The Contractor shall respond to the entrance of the Livermore Division campus in eight (8) minutes or less with a minimum staff of six (6) fire fighters. The eight minute (8) response time shall be from the moment of the of alarm notification from the monitoring center. The fire fighters are permitted to respond on more than one vehicle. 10.3 The Contractor shall provide and maintain a pumping apparatus, which meets the criteria of NFPA 1901, Standard for Pumper Fire Apparatus. The Pumper shall have a minimum pump capacity of 750 gallons per minute. Additionally, a second Pumper shall be provided and maintained as a reserve, which meets the same criteria as above. Both Pumpers shall be available at the Contractor fire station(s) in order to ensure one is capable of responding to an emergency incident (since periodic maintenance may place an apparatus out of service). 10.4 Pre-Fire Plan. The Contractor shall maintain an updated pre-fire plan of the entire Livermore Division facility, following the procedures contained in International Fire Service Training Manual (IFSTA) Fire Department Company Officer" or NFPA 1620, Standard for Pre-Incident Planning. The Contractor shall provide a copy of the plan to the COR for review prior to contract performance. 10.4.1 The Contractor shall conduct an initial and periodic company inspection(s) to establish and update the Pre-Fire Plan as needed. A copy of inspections shall be provided to the COR for review. 10.4.2 The Pre-Fire Plan shall be located on the responding apparatus for quick reference during an emergency call at Livermore Division campus. The pre-fire plan shall include, but is not limited to the following information: 10.4.2.1 A site plan identifying the names and locations of buildings, roads, fire hydrant locations, water mains, water supply tanks and reservoir and property boundaries at the Livermore Division campus. 10.4.2.2 The Contractor shall ensure adequate flow/pressure of fire hydrants by conducting hydrant flow tests in accordance with current NFPA standards. Reports shall be submitted to COR on a yearly basis. 10.4.2.3 An individual plan for each building showing occupancy type, floor plan of each level or floor, locations of utility shutdown, fire protection, system controls (i.e. alarm enunciators, fire sprinkler systems, fire department connections, standpipe riser connections), locations of any hazardous material storage, and any potential for life hazard. The Livermore Division, Engineering staff, shall assist the contractor in locating the above systems control locations. 10.5 Phone Numbers and Radio Frequencies: The COR or designate will provide a listing of telephone numbers and radio frequencies of persons or departments that may be required for assistance to the Contractor. The list shall include VA Police Service, Engineering Service and Boiler Plant Operator at the Livermore Division. 11.0 Minimum Staffing. 11.1 The minimum on duty staffing of the Fire Stations responsible for initial response to the Livermore Division shall be six (6) trained, professional fire fighters at all times. This level of staffing shall be maintained 24 hours per day, 7 days a week, 365 days a year, despite vacations, sickness, etc. The minimum of six (6) fire fighters are not required to be located at the same fire station. 11.2 The minimum of six (6) fire fighters shall be maintained to respond to Livermore Division regardless of other emergency calls that may require the use of this fire station staffing, or any portion thereof (i.e. an ambulance or rescue call that could draw the staffing level below the minimum number of fire fighters). In the case of another emergency call, the minimum staffing could be maintained by the use of mutual aid agreements with other agencies or move up and cover in of other contractor resources (i.e. bringing in an engine company or additional fire fighters from other fire stations). 12.0 Fire Suppression Tasks: 12.1 The Government reserves the following rights: To hold the Contractor liable for property losses sustained as the direct consequence of a failure to furnish the required level of fire protection. The Contractor shall provide the same level of effort as it would any other building or person in their jurisdiction. 12.2 The Contractor shall maintain a fire watch on all structural fires and wild land fires following suppression until there is no possibility that a rekindle may occur. 12.3 The Contractor shall overhaul and perform salvage operations during and following a fire in accordance with accepted practices as described in the appropriate International Fire Service Training Association (IFSTA) Manuals. 12.4 The Contractor shall not permit unauthorized entry by persons into a fire-damaged building until the security of the building is turned over to the appropriate authority. 13.0 Mutual Aid: 13.1 (Definition) Mutual aid is an agreement among emergency responders to lend assistance across jurisdictional boundaries. This may occur due to an emergency response that exceeds local resources, such as a disaster or a multiple-alarm fire. It is generally a formal standing agreement for cooperative emergency management on a continuing basis, such as ensuring that resources are dispatched from the nearest fire station, regardless of which side of the jurisdictional boundary the incident is on. Mutual aid may also extend beyond local response. In the case of multiple alarm fires, mass casualty incidents, HazMat incidents, the municipality may call in resources from surrounding towns to either respond directly to the incident scene or take up quarters in their fire and Emergency Management Services (EMS) stations and respond to other incidents in that city or town when local crews are handling a protracted incident. Where a town has no resources of its own, it will contract with a surrounding town or towns to provide coverage. 13.2 The Contractor shall request mutual aid from fire departments covered under mutual aid agreements or contracts when any fire or emergency is beyond the control of the Contractor operated Fire Department. 13.3 The Contractor shall honor all existing mutual aid agreement(s). The Contractor shall submit proof to the COR that such agencies will provide backup support to the Contractor operated department, to include but not be limited to engine and/or truck (aerial ladder or elevating platform) response within their capability. The Contractor shall maintain records of all agreements and provide a copy of any new mutual aid agreements to the COR. 14.0 Emergency Medical Service and Rescue: 14.1 The Contractor shall have the equipment and training necessary to respond to requests for emergency medical aid and rescue at the Livermore Division. This service shall meet the requirements of the local Emergency Medical Services Agency (Alameda County EMS). 14.2 The Contractor s personnel shall be equipped and trained to at least the EMT-B (Emergency Medical Technician Basic) level. This service would be required for, but not limited to the following types of incidents: Trauma victims in case of vehicle accidents, falls, violent crime, fire, hazardous material exposure, and building collapse, or assistance for persons with medical emergencies that need advanced life support. 15.0 Hazardous Material Response: 15.1 The Contractor shall respond to emergency hazardous material spills when requested by Livermore Division. 15.2 The Contractor shall abide by the provisions of the Superfund Amendments and Reauthorization Act of 1986 (SARA) and other Federal, State, and local laws regarding emergency responders at hazardous material incidents. 15.3 The Contractor shall have an emergency response plan to handle anticipated hazardous material emergencies as outlined in Title III of SARA. 15.4 The Contractor shall be trained to at least the First Responder Operational Level as defined in Federal OSHA 1910.120 and NFPA 472, Standard for Professional Competence of responders to Hazardous Materials Incidents. 16.0 Applicable Regulations, Manuals and Specifications. The following apply, as specified, to the requirements of the contract: 16.1 Federal Occupational Safety and Health Administration (OSHA) 16.2 National Fire Codes (NFPA) 16.3 International Fire Service Training Association (IFSTA) Manuals 17.0 Payments and Invoicing 17.1 The Contractor shall submit invoices on a monthly basis in the arrears. All invoices shall include Contract number, Purchase Order number, Order Date, Period of Performance, and Description of Services. 17.2 The above information shall be listed on the invoices, provided Veterans Health Administration has identified the appropriate numbers on its Purchase Order and indicated on the Purchase Order that the above references need to be referenced on the invoice. The Contractor shall submit invoices to VA on a monthly basis for work performed and expenses incurred the previous month not to exceed the negotiated price. 18.0 Reserved 19.0 Definitions: Terms as used throughout this Scope of Work shall have the following meanings. 19.1 Contracting Officer (CO): The person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. 19.2 Contracting Officer's Representative (COR): The person appointed/delegated by the Contracting Officer to act for the CO within the limits of the delegated authority letter. 19.3 Contractor: The term Contractor as used herein refers to both the prime Contractor and any subcontractors. The Contractor shall be responsible for ensuring that the subcontractors comply with the provisions of this contract. 19.4 Contractor-Owned, Contractor-Operated (COCO): A method of contracting for services in which the Contractor supplies all equipment, material, and facilities which he needs to operate under the terms of the contract. 19.5 Emergency Response: Response by Contractor personnel within eight minutes of notification to deal with an emergency situation arising at the medical facility. 19.6 Fire Chief: The person designated in writing by the Contractor to be responsible for the overall management and coordination of the contract. The Fire Chief serves as the central point of contact with the Government on matters dealing with the complete supervision of all Fire Department activities, including fire prevention, personnel training, education, structural fire fighting operations, and rescue. 19.7 Hazardous Working Conditions: Situations which present real or potential hazards to the physical well-being of Contractor personnel due to such factors as, but not limited to, fire suppression activities, hazardous material response, exposure to infectious diseases, patients, falling objects, and extreme weather conditions. 19.8 NFPA: National Fire Protection Association 19.9 OSHA: Occupational Safety and Health Administration 19.10 Quality Assurance (QA): Those actions taken by the Government to check equipment or services to determine that they meet the requirements of the Scope of Work. 19.11 Quality Assurance Surveillance Plan (QASP): A systematic method used by the Government to evaluate Contractor actions and performance based on Statement of Work requirements. The QASP is designed to provide an effective method of monitoring contractor performance for each listed objective on the Statement of Work. A QASP is based on the premise the Government desires to maintain a quality standard in providing fire protection service. 19.11 Quality Control (QC): Those actions taken by a Contractor to control the suitability of equipment or services so that they will meet the requirements of the Scope of Work. 20.0 Environmental and Energy Conservation Objectives: All applicable environmental and energy Conservation objectives required for and associated with VA construction projects in general shall be incorporated into the solicitation and any resultant contract.   (See FAR Parts 2, 7, 11, 23, 36, 42, and 52; VHA Directive 2005-011, VHA Green Environmental Management System (GEMS) and Governing Environmental Policy Statement, 7 Mar 05; VA Handbook 0052, Affirmative Procurement, recycling, and Waste/Pollution Prevention programs, 14 Jun 02; and IL 049-02-7, 16 Apr 02, Executive Order 13221, Energy Efficient Standby Power Devices.   21.0 Security Considerations. The requirements do not apply and a Security Accreditation Package is not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117N0662/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-N-0662 VA261-17-N-0662.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3557104&FileName=VA261-17-N-0662-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3557104&FileName=VA261-17-N-0662-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04533332-W 20170608/170606234745-816b711d0cb2b73fde8a2e126e6c6663 (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.