Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

J -- Provide Full Service Maintenance for Fire Alarm and Sprinkler Systems at VAMC Memphis, TN - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9535
 
Response Due
7/26/2018
 
Archive Date
11/2/2018
 
Point of Contact
Craig S. Ziegemeier
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Memphis VA Medical Center, located at 1030 Jefferson Avenue, Memphis, TN 38104-2127, has a requirement for the following system maintenance services: Inspection, preventive maintenance, and repairs for the fire alarm equipment and wet sprinkler system. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 561621 and sized standard is $20.5 Million. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/. Project Description: DESCRIPTION OF SERVICES: The contractor shall furnish performance inspection, preventive maintenance, repairs, personnel, labor, equipment, supplies, tools, materials, supervision and quality control for the fire alarm equipment and wet sprinkler system at the Memphis VA Medical Center. All work shall be in compliance with most recent NFPA codes and standards, as well as any other applicable federal, state and local laws, and regulations. SPECIFIC REOUIREMENTS: This is a full parts, labor, preventative maintenance. repair, monitoring, breakdown maintenance, breakdown repair, software upgrade and maintenance, testing agreement for the Notifier Fire Alarm and wet/dry sprinkler systems located at VA Medical Center Memphis TN 38104. Contractor shall be responsible for all preventative maintenance repairs and all corrective repairs. All work completed under this contract shall be in accordance with most recent National Fire Protection Association, Joint Commission and all applicable codes and regulations for Fire Alarm and Sprinkler System maintenance and repair. The work shall be performed in accordance with SOW and shall be subject to the terms and conditions of the contract. Services shall include all necessary labor, materials. services, equipment and shall be performed by qualified personnel by certification, experience and training to perform the work, and holding a current license for installation of the systems stated above. The following buildings on the campus are included: 1, IA, 5, 6, 7, 9, 10, and 34 Fire alarm system: Inspection, Testing, Repair, and Maintenance The Contractor shall inspect, test, repair and maintain fire alarm system in accordance with the most current edition of NFPA 72, Fire Alarm Code and JC Environment of Care Standards. Monitoring - The contractor shall provide 24 hours a day, 7 days a week fire alarm monitoring service by a reputable monitoring company for all VA Medical Center Memphis buildings as stated above. The Contractor shall repair the main fire alarm and notification systems as necessary to maintain all systems free of troubles. The Contractor shall provide timely programming updates as released by manufacture and programming adjustments as needed. The Contractor shall provide equipment and components such as manual alarm devices, smoke duct and heat detectors, remote and graphic anunciators, main tire alarm panel, power supplies and components, strobes, horns and other audible and visual devices, wiring circuits, power supplies, batteries, junctions. any and all other alarm, detection and control and ancillary devices, emergency power operations and wet and dry sprinkler system components. Wet Sprinkler System: The contractor shall provide services for the inspection, testing, repair and maintenance of the building's water-based fire protection systems in accordance with the contract. Operations and maintenance manuals, as-built installation drawings, and other system documentation shall be retained to assist in the proper care of the system and its components. Services shall comply with applicable requirements of most recent NFPA 13 and 25, Standard for the Inspection, Testing, repair and Maintenance of Water Based Fire Protection Systems (most current edition), which establishes the minimum requirements tor the periodic inspection, testing, and maintenance of water-based fire protection systems, except as modified herein. Repair services of all mechanical devices including valves, sprinklers. and fire pumps and alerting devices. Preventive maintenance includes, but is not limited to: lubricating control valve stems; adjusting packing glands on valves and pumps; bleeding moisture and condensation from air compressors, air lines, and dry pipe system auxiliary drains; and cleaning strainers. Frequency of maintenance is indicated in the appropriate chapter of NFPA 13 and 25. Inspection and Testing: The contractor shall provide all tools and supplies necessary to properly perform inspections and tests for the alarm and wet sprinkler systems, as listed in NFPA 13 and NFPA 25. Repairs: The Contractor shall provide all labor, materials, equipment, disposal, quality control, and supervision to perform routine and scheduled repairs during the inspection and testing portion of this contract. The Contractor shall perform repairs and non-routine and unscheduled repairs for fire alarm and wet sprinkler systems in accordance with most recent NFPA 13 and NFPA 25. The Contractor shall repair at Contractor's expense fire alarm and wet sprinkler system problems as part of normal maintenance. The following shall be included, but not limited to, with the repair: workstations, fire alarm panel parts, power supplies, batteries and all other system components shall be covered under this agreement. The Contractor shall repair at Contractor's expense for any problems as part of normal maintenance. Repair Parts. Contractors who perform repairs under this contract shall be capable of providing replacement parts within 24 hours for the central processing unit (CPU), controller, monitoring and signaling cards, display boards, and other critical parts and components that may be necessary to restore the equipment and systems to its full and trouble-free operation. Any damage to the tire alarm or associated equipment (e.g. tans, elevators, generators, pumps) caused by normal testing shall be repaired by the Contractor. At its discretion, the Government may have representatives present to witness any or all such repairs or tests. All costs associated with this damage shall be the Contractor responsibility. Anticipated period of performance: Date of award thru 09/30/2019 plus four (4) one-year options. Capability statement /information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Associated contract vehicles (i.e. GSA/FSS; SEWP); (4) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to craig.ziegemeier@va.gov with the subject line "Sources Sought Notice # 36C24918Q9535 by 2:00 p.m. on 7/26/2018. Any question should be emailed to craig.ziegemeier@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9535/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9535 36C24918Q9535.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4497803&FileName=36C24918Q9535-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4497803&FileName=36C24918Q9535-000.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: VA Medical Center Memphis;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104-2127
 
Record
SN05000787-W 20180722/180720230759-0dd3f2c84692110305e19b5e08b6601e (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.