Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2019 FBO #6266
SOURCES SOUGHT

H -- !!! Intent To Sole Source !!!! Fire Alarm Service Maintenace and Repair

Notice Date
1/17/2019
 
Notice Type
Synopsis
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Road;Southern Tier;North Chicago Il
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0295
 
Response Due
1/23/2019
 
Archive Date
2/22/2019
 
Point of Contact
antaeus.gayles@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 6 Intent To Sole Source The Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) in North Chicago Il intends to negotiate a sole source contract with Johnson Controls to provide service for Fire Alarm System for maintenance and service at Jesse Brown VA Medical Center in Chicago, IL. 60612 This contract will be for a Base Plus 4 one year options firm fixed price contract This procurement is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy the agency requirements. The contract will be firm fixed price and the NAICS code is 561621. This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products, services and capabilities as well as references from other customers who are using these products and services to Service Simplex Grinnell Fire Alarm System for Maintenance and repair to the contracting officer NLT 11:00AM CST, 23 Jan 2019. Supporting evidence must be submitted in sufficient detail to demonstrate the ability to comply with the above requirements and attached Statement of Work, to include access to OEM parts for repairs. Information must be sent to: Antaeus Gayles Great Lakes Acquisition Center Southern Tier 3001 Green Bay Road Building 1, Room 326 North Chicago, IL 60064-3048 Or via fax to (224) 610-3269, or via email response to antaeus.gayles@va.gov. Responses received will be evaluated; however a determination by the Government to not compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the GLAC will proceed with the sole source negotiation with Johnson Controls Statement of Work SERVICE STATEMENT OF WORK FOR Place of Performance: Building 40: BED PAVILION Jesse Brown VA Medical Center 2109 W. Ogden Ave. Chicago IL 60612 Part 1: Project Scope of Work Overview: Contractor shall provide all tools, materials, components, labor and supervision for service for the BED PAVILION FIRE ALARM MAINTENANCE, INSPECTION, AND MONITORING SERVICES. PART 2: The Contractor shall ensure that the fire alarm system is maintained and operable, at all times, except while being tested or repaired. It is essential that the contractor carefully schedule with the Contracting Officers Representative (COR) all non-emergency shutdowns of the fire alarm system and that back up protection be provided by the contractor any time that the fire alarm is out of service. In addition, regardless of the operation of the fire alarm shutdown, the affected portion of the system shall be tested to ensure that the protection has been restored. CONTRACTORS RESPONSE TIME FOR CRITICAL MAINTENANCE OR REPAIR SERVICES OF THE FIRE ALARM: After being notified of a need for repair, the contractor shall have a qualified technician on site within 4-hours, and complete repair within 16-hours. If failure exceeds 4-hours, contractor shall escalate problem to resolve problem, notify COR, and move to the next higher technical level to make repairs. If failure exceeds 16-hours, technical specialist shall notify COR with a written schedule to make essential repairs. The contractor shall maintain the necessary manpower and supervision to properly execute the testing and maintenance program and provide 24/7 coverage for repairs. Additionally, the Contractor shall provide unlimited service calls. If technical personnel do not answer the Contractor s telephone, a technical maintenance representative shall provide a list of individuals to be contacted in urgent situations which are authorized to make calls for the service. Part 3: Detailed Project Scope of Work: The contractor shall provide the following: Task 1 Programming and Inspections: The Contractor shall, either directly or indirectly, through its subcontractors, have full possession and license to all proprietary software of SimplexGrinnell Model 4100 fire alarm system to include software on the server, control panels, nodes, monitoring systems, and other supporting system software. The Certified technician will make programming changes for any corrections and modifications to the inventory of existing devices and entries for new devices, or the maintenance, or the inspection services documentation. Task 2. Fire Alarm Basic Service: The Contractor shall provide full annual maintenance, inspections, and monitoring services as required at the VA Jesse Brown Bed Pavilion. Annual and Semi-annual testing of equipment or other frequency as determined by NFPA most current Edition. Contractor, upon completion of each test, inspection, or repair shall provide a detailed service report of work which describes compliance, completion, and a compiled inventory list of devices as tested/inspected. Fire alarm devices shall be tested in accordance with the most current NFPA Codes. Misuse, abuse, negligence or normal wear and tear shall be reported for repairs to the COR and will not be considered as normal service. Task 3. Scheduling and Communication: The Contractor s Service Manager shall coordinate with the COR of contract to schedule dates and times when testing, maintenance, and repairs can be performed. Most testing, maintenance, and repair will be performed during normal business hours. When testing interferes with hospital patient treatment, testing will be performed after normal business hours. Contractor shall provide test/inspection reports with the COR for the entire period of performance. Task 4. Services provided by the Contractor shall include but not limited to the following: Contractor shall follow Simplex Fire Alarm System Conformance Standards and manufactures recommendations for device upgrades and improvements. Contractor shall provide all supervision, labor, travel, equipment, and materials necessary to perform inspection and testing services on the Bed Pavilion Fire Alarm System. Contractor shall provide all replacement required to keep the system preforming with the manufacture s specifications. All parts must meet or exceed factory specifications to maintain compatibility with the systems presently in place and with future performance/reliability upgrades. Parts and components that are not specific to the manufacture/model of fire alarm system must meet NFPA requirements. Removed parts replaced by the contractor shall become the property of the Contractor. Replacement parts described in the paragraph above, if less than $500.00, shall be provided by the Contractor to the VA at no additional cost. Parts with a fair market value greater than $500.00 shall be obtained using the following process but installed by the Contractor at no additional cost to the VA. Contractor or VA employee identifies part/equipment in need of replacement. Contractor provides a quote for the replacement part/equipment and shipping (if applicable) from an authorized distributor to the COR or their designee. COR or their designee validates total price of replacement part/equipment. If under $500.00, Contractor promptly orders parts/equipment and installs upon arrival. If greater than $500.00, COR or designee, submits documentation to CO for review. If CO determines part/equipment can be purchased at or below $500.00 threshold. Contractor follows instructions above in #4. If CO confirms part exceeds $500.00 threshold, VA purchases part via Government Purchase Card (GPC), Task Order Modification, or via separate procurement on a case-by-case basis. Testing and inspections of the Simples Fire Alarm including fire panels, smoke detectors, heat detectors, pull stations, bells, horns, chimes, speakers, annunciator panels, smoke doors, holder circuit, and smoke and duct dampers. Depending on NFPA code requirements, devices will be tested 100% on a quarterly basis and/or annual basis. Device testing frequency for Fire Alarm System as follows: 100% Quarterly Testing: Control Panel functions Lamp and led circuits Primary power supply Secondary power supply Battery voltage Remote annunciators Water flow detectors Sprinkler supervisory detectors 100% Annually Tested: Manual fire alarm pull stations Smoke detectors operationally Smoke detectors sensitivity HVAC detectors Heat detectors HVAC Heat detectors Bells, chimes, horns, and speakers Visual alarm devices Door holder circuits Contractor shall report to Electric Shop Personnel to check in/out. The contractor shall obtain an updated ID badge and must be worn and visible always while on VA property. Contractor shall coordinate notifications to Electric Shop Supervisor, prior to proceeding with any testing, and shall coordinate the notification of all persons and facilities that the fire alarm, supervisory or trouble signals being tested. After daily testing, the Contractor will restore fire alarm system and notify all Electric Shop Personnel assigned to testing and Electric Shop Supervisor. Task 5. Maintenance, Inspections, and Testing Documentation. All fire alarm test and inspection reports shall be physically and electronically submitted to the COR prior to the contractor leaving the VA campus, after testing and inspection. All test and inspections reports shall be prepared using the most current NFPA 72 test and inspection documentation/format. Reports shall be written to list all fire alarm system devises, their locations, and test results. The report shall highlight and summarize any deficiencies found during the inspection process. The Contractor will report defective devices or equipment to the COR prior to leaving the VA campus. Task 6. Inventory of Equipment: Maintenance, testing, and Documentation. 1 main fire alarm control panel Simplex 4100U 203 smoke detectors 51 pull stations 44 heat detectors (some in confined spaces) 33 duct detectors 19 fire dampers 332 notification devices 39 electromagnetic releasing devices 19 fire phone jacks 50 tamper switches 39 water flow switches 1 fire pump & jockey pump. City of Chicago annual fire pump certification and documentation Certification of accurate City of Chicago partition monitoring, ensures fire department code red response to correct campus location without delay. Part 5: Applicable Performance Standards All work shall comply with all local, state, federal, and industrial code and VA Regulations and Policies including and not limited to the National Institute for Certification in Engineering Technologies (NICET), and NFPA-most recent codes. The Prime Contractor shall have a NICET Level II Certified Supervisory Person on site at when any worker(s) or sub-contractors are present, testing/repairing fire safety system. All persons working on any electrical systems rated 50 volts or more shall have the minimum qualification as a State Licensed Master Electrician or Registered Journeyman Electrician, all activities shall follow the safe work practices in compliance with NFPA 70E Electrical Safety in the Workplace. The Contractor shall provide mitigating activities: Fire extinguishers, pedestal mounted in work No trash, used packaging or construction spoils shall be stored on site. Remove each day using covered gondolas. Broom sweep the work area at the end of each day. All work will be provided with 1-year parts and labor guarantee from date of acceptance by the VA. Part 6: Jesse Brown VAMC Additional Requirements Comply with all Jesse Brown VAMC site specific requirements and SOPs including and not limited to: Key Policy, Badging Policy, Rules of Behavior, and Smoking Policy. Normal work hours are 7:00 am to 3:30 pm Monday through Friday. Normal work hours can be modified only by written approval of the COR. No work by the Contractor on Federal Holidays and no work on the weekend when the Federal Holiday is on the respective Monday or Friday. The Contractor shall check in (in person) with the Electric Shop Supervisor for any work at any time. Provide the name and cell number of the on-site Electric Shop supervisor. All building fire alarm systems will be maintained in full operation always: Request system shutdowns in writing. Adhere to scheduling as approved by the COR. PART 7: Definitions/Acronyms CO- Contracting Officer COR- Contraction Officers Representative GPC- Government Purchase Card NICET- National Institute of Certification in Engineering Technologies NFPA- National Fire Protection Association OSHA- Occupational Safety and Health Administration PIV- Personal Identity Verica ton VA- Department of Veterans Affairs. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0295/listing.html)
 
Place of Performance
Address: Jesse Brown VA;820 S Damen ave;Chicago, Il
Zip Code: 60612
Country: USA
 
Record
SN05197231-F 20190119/190117230020 (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.