Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
DOCUMENT

H -- Fire Alarm and Sprinkler Systems Inspections and Testing Central Texas Veterans HealthCare System - Attachment

Notice Date
5/11/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25718Q0780
 
Response Due
5/16/2018
 
Archive Date
7/15/2018
 
Point of Contact
Antonio Jackson
 
E-Mail Address
Contracting Officer
(antonio.jackson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (SOURCES SOUGHT) ONLY!!! The Central Texas Veterans Health Care System (CTVHCS) Temple and Waco, TX is looking for Contractors that are Small Businesses (SDVOSB, VOSB, 8a, Woman Owned, etc.) and have the capability to provide fire alarm and fire suppression systems inspection and testing services. It is the intent to issue a Solicitation as a SDVOSB/VOSB Set-Aside. However, if there aren t two (2) or more SDVOSB/VOSB s available and capable of providing the needed services, then the Solicitation will be issued as a Total Small Business Set-Aside. The Contractor shall provide all personnel, transportation, equipment, supplies, facilities, supervision, other items and non-personal services necessary to perform fire alarm and fire suppression inspections and testing as defined in this Statement of Work. The Contractor assumes all liability risks for work performed under this contract. The Contractor shall assume total liability for all contract employees. All services shall be performed in accordance with all applicable National Fire Protection Association (NFPA) codes, local codes, and manufacturer s recommended procedures. The purpose of this contract is to provide comprehensive life safety fire alarm and suppression systems inspections and testing for Temple and Waco campuses in CTVHCS. This includes quarterly, semi-annual, annual, and five and six-year testing requirements of all life safety systems except portable fire extinguishers, to include fire alarms, suppression systems, fire sprinklers, won doors, fire curtains, dampers and hydrants. This work will not be totally sub-contracted without approval from the CO and COR and the Contractor will ensure all work is performed with on-site supervision by a competent person for either alarm or suppression inspection/testing. If these time frames differ, the vendor will comply with the most restrictive requirement. Full inspection of Fire Sprinkler/Suppression Systems: The services to be provided by the Contractor under this agreement shall consist of Fire Sprinkler and Suppression System Inspections at the Temple and Waco VA sites testing in accordance with NFPA 25, Chapter 5 and Joint Commission requirements within stipulated time frames, maintain on site documentation and reports for periodic inspections from outside entities, conduct quarterly on-site reviews of documentation and furnish all materials associated with inspection activities. Inspections include: Inspection of pre-action, deluge, wet/dry systems, fire pumps, back flows, FDC, valves, kitchen suppression, gaseous or clean agent systems, hydrants, main drains, PIV's, hydrants, standpipes, jockey pumps, antifreeze loops, high/low level alarms, water flows and tampers. All inspections will be performed in accordance with NFPA 25 or JCAHO standards. Moves, additions and changes are not included in the agreement Full Inspection and Testing of Life Safety Systems: The contractor will include inspections and testing on fire alarm panels, smoke detection shut down devices, automatic door release, batteries and peripheral devices tied to contractor's panels. Water flows and tamper switches will be inspected as well. At a minimum, NFPA 72, 101, 25, 13, 99 and 70E will be followed. Some items will be required more frequently than the code requires. For instance, damper testing will be done one year after activation of a new space and then with the rest of our buildings in three year intervals. Inspections will generally be performed between 0700 and 1700, Monday through Friday. Work outside of these times must be prearranged through the COR. Work shall include fire alarm inspections performed in Government-owned healthcare and business occupancy buildings; there are approximately 58 buildings on the two campuses. Inspections will need to be performed with Life Safety Maintenance/Repair and Installation Contractor oversight due to the SIMPLEX proprietary alarm system. The Temple and Waco Campuses consists of several Fire Alarm System Brands to include Gamewell, Harrington, Notifier, Fire Lite and Simplex. In accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Small Business. Please respond on or before 2:00 PM CST on Wednesday May 16, 2018 via email to antonio.jackson@va.gov with the following information: 1. Your company's name, address and POC information. 2. Your company's socio-economic status, for example: Small Business, Disadvantaged Small Business, HUBZone, Woman Owned, Veteran Owned, Service Disabled Veteran Owned, etc. 3. Your company's capability statement (ability to provide the requested services at the Temple and Waco campuses and a statement that company has employees that are certified to service the Simplex and the other identified Fire Alarm Systems. Furthermore, your firm s capability to adhere to the Limitations on Subcontracting clause. The NAICS code for this requirement is 561621 with a size standard of $20.5M. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718Q0780/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0780 36C25718Q0780.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300280&FileName=36C25718Q0780-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4300280&FileName=36C25718Q0780-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04919406-W 20180513/180511230659-64c63d294f33660e635c4222b2a02232 (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.