DOCUMENT
12 -- Fire Alarm System Maintenance, Monitoring and Inspection - Attachment
- Notice Date
- 1/11/2018
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- 36C24718Q0181
- Response Due
- 1/15/2018
- Archive Date
- 3/16/2018
- Point of Contact
- Donald L. Battle
- Small Business Set-Aside
- Total Small Business
- Description
- Page 2 of 2 THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a Sources Sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 561621 (Size Standard: $20.5 Million) The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the services below: Contractor shall provide services including but are not limited to the performance inspection, testing, and preventive maintenance of repair of Fort McPherson Campus Building Fire Sprinkler Systems, FM-200 Systems, and a Simplex Fire Alarm and notification systems, equipment, and components such as manual alarm devices, smoke and heat detectors, remote and graphic annunciators, main fire alarm panel and components, voice alarm systems, speakers, horns, and other audible devices, wiring circuits and junctions, all other alarm, detection, control and ancillary devices, and emergency power operations. Work shall meet all applicable State and Federal codes and regulations and is subject to the terms and conditions of the contract. Documentation of such shall be provided in a Joint Commission inspection ready format. PROPOSED SCHEDULE OF SERVICES Base: February 1, 2018 January 31, 2019 Option 1: February 1, 2019 January 31, 2020 Option 2: February 1, 2020 January 31, 2021 Option 3: February 1, 2021 January 31, 2022 Option 4: February 1, 2022 January 31, 2023 ITEM DESCRIPTION QTY UNIT Annual Fire Alarm Inspections Bldg. 125, 128, 129, 130, 131 5 JB Annual Fire Pump Inspection Bldg. 125 1 JB Annual Backflow Inspection Bldg. 125, 128, 129, 130, 131 5 JB Quarterly Wet Sprinkler Inspections Bldg. 125, 128, 129, 130, 131 20 JB Quarterly Dry Sprinkler Inspections Bldg. 129, 130, 131 12 JB Semi-Annual FM-200 Inspections Bldg. 125 2 JB Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge. Responses are due no later than 12:00 pm EST, Monday, January 15, 2018 and shall be electronically submitted to: Donald.Battle@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24718Q0181/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0181 36C24718Q0181_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4012038&FileName=36C24718Q0181-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4012038&FileName=36C24718Q0181-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0181 36C24718Q0181_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4012038&FileName=36C24718Q0181-001.docx)
- Place of Performance
- Address: FT. McPherson VA Clinic;1701 Hardee Avenue SW;Fort McPherson, GA
- Zip Code: 30310
- Zip Code: 30310
- Record
- SN04788090-W 20180113/180111231450-64bf14e34a61070653c93dce36fc7394 (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 |