Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2019 FBO #6453
SOLICITATION NOTICE

J -- Fire Suppression And Detection Systems Tests And Inspections Service Contract

Notice Date
7/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;NCO 17 - RPO West;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texasa 75137
 
ZIP Code
75137
 
Solicitation Number
36C25719Q1179
 
Response Due
8/12/2019
 
Archive Date
10/11/2019
 
Point of Contact
Quote/Proposal Due: August 12, 2019
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25719Q1179 is issued as a Request for Quotation (RFQ) and is related to previously posted Sources Sought Notice 36C25719Q1055. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 561621 and Size Standard is $20.5M. Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation. Description of Services: Fire Suppression and Detection Systems Tests and Inspections Service Contract for the West Texas VA Health Care System (WTVAHCS) located at 300 Veterans Boulevard, Big Spring, Texas. Place(s) of Performance: West Texas VA Health Care System (WTVAHCS) 300 Veterans Boulevard Big Spring, Texas. Type of Contract: A Firm Fixed Price Period of Performance: Base plus four (4) one-year option renewals. Base Year: September 29, 2019 September 28, 2020 Option Year 1: September 29, 2020 September 28, 2021 Option Year 2: September 29, 2021 September 28, 2022 Option Year 3: September 29, 2022 September 28, 2023 Option Year 4: September 29, 2023 September 28, 2024 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.   Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.   Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9, Option to Extend the Term of the Contract 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) SITE VISIT: All qualified and interested parties are highly encouraged to attend a site visit scheduled on Wednesday, July 31, 2019 at 9:00am CST. All qualified and interested parties must respond by no later than Friday, July 26, 2019 at 10:00am CST with their interest in attending the site visit. The response must include all company name, size standard, status, DUNS number, attendees names, phone numbers, and email addresses. This information should be emailed to Victoria.Rone3@va.gov. upon receipt an email will be sent out outlining all the site visit specifics. RFQ QUESTION SUBMISSION: Questions must be received no later than Tuesday, August 6, 2019 at 10:00am CST. Email your questions directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q1179 (Questions Fire Suppression and Detection Systems Big Spring). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. EVALUATION OF QUOTES: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows: Technical Proposal Past performance. Price Each factor will be rated as Satisfactory on Unsatisfactory. The priority to the Government of each factor is as follows:  Technical proposal is more important than past performance. Past performance is more important than price. The combined rating of the non-price factors is more important than price. Then price. Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration.  Quotes with the highest rated combined non-price (Technical and Past Performance) factors will be evaluated against price. Pricing will be evaluated in relation to the discernible value of the combined non-price factors to determine best value.   Quotes must be received no later than Monday, August 12, 2019 8:00am CST. Email your quote directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q1179 (Fire Suppression and Detection Systems Big Spring). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO ________________ ________________ Fire Suppression and Detection Systems Service Contract Period: Base September 29, 2019 September 28, 2020 1001 12.00 MO ________________ __________________ Fire Suppression and Detection Systems Service Contract Contract Period: Option 1 September 29, 2020 September 28, 2021 2001 Fire Suppression and Detection Systems Service Contract 12.00 MO ________________ ________________ Contract Period: Option 2 September 29, 2021 September 28, 2022 3001 12.00 MO ________________ ________________ Fire Suppression and Detection Systems Service Contract Contract Period: Option 3 September 29, 2022 September 28, 2023 4001 12.00 MO ________________ ________________ Fire Suppression and Detection Systems Service Contract Contract Period: Option 4 September 29, 2023 September 28, 2024 GRAND TOTAL __________________ PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES) ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5001 12.00 MO ________________ ________________ Fire Suppression and Detection Systems Service Contract IAW 52.217-8 Extension of Services September 29, 2024 March 28, 2015 TOTAL __________________ STATEMENT OF WORK Fire Suppression and Detection Systems Tests and Inspections SCOPE OF WORK: The West Texas VA Health Care System (WTVAHCS) located at 300 Veterans Boulevard, Big Spring, Texas, requires non-personal services for test and inspection of the fire suppression systems. Systems to be tested and certified are listed on attachment A of this document. All tests and inspections shall be performed in accordance with the requirements as outlined by the national fire protection association (NFPA), state, VA, VACO, and in accordance with manufacturer instructions. DESCRIPTION: Contractor shall provide all supervision, materials, transportation, and labor necessary to perform testing and inspection of fire suppression and protection systems at the WTVAHCS. See attachment A for specific testing, control and interval standards for EC.02.03.05 VHA standard column only. DEFINITIONS/ACRONYMS: A. CO - Contracting Officer B. COR - Contracting Officer's Representative C. NFPA - National Fire Protection Association D. FMEO Factory Mutual Engineering Organization E. VA - Department of Veterans Affairs Medical Center F. WTVAHCS West Texas VA Health Care System COMFORMANCE STANDARDS: A. Test and inspection-wet pipe fire protection systems (quarterly) Tests and inspections shall be conducted in accordance with NFPA 25 standard for the inspection, testing, and maintenance of water-based fire protection systems. System testing provides reasonable assurance that the system is operating as intended. Thus, testing will provide a degree of reliance for the protection for life, and property, from a fire through the inspection, testing, and maintenance methods. All system components shall be tested in accordance with NFPA 25 chapter 2, to verify that they function properly. Identify and report any conditions that render the system ineffective during a fire situation. During the test, control valves will be opened, closed, and checked for corrosion and accuracy. Valve position indicating (tamper) switches will be tested and adjusted if necessary. A detailed report will be provided with the test & inspection results to the VA. They should be compared to previous reports (if any) for discrepancies. B. Test and inspection-dry pipe fire protection (quarterly) Per NFPA 25 standard for the inspection, testing, and maintenance of water-based fire protection system, section 9-4.4.2.2, each dry pipe valve is to be trip tested, and inspected on an annual basis. Dry pipe valves will be fully trip tested when warm weather is prominent to allow time for all water that has entered into the system or, condensation to drain to the system low points. All system components will be tested to verify that they function as intended. Tests of components require: valves to open, close, and verified that they are seating accordingly, then restored to normal working conditions, gauges are free from corrosion and are reading accurately, valve tamper switches will be tested or adjusted for proper working operation. Should the dry pipe system protect areas such as a freezer the system shall be tested in a manner that will not introduce moisture into the piping. Each priming water level will be checked for proper levels on a quarterly basis. High priming levels can affect the operation of the systems supervisory devices and will be verified each quarter for proper levels. Low pressure alarms, and automatic air pressure maintenance devices, if provided, will be tested to verify proper operation. All testing will be performed during normal work hours and days. Should a full trip test and flow of the dry systems not be acceptable at the time of testing, the VA has the option to have a functional trip test performed. A functional trip test allows the dry pipe valve to be tested and internally inspected without flowing water through the systems. The testing and inspections will be conducted in accordance with the latest and most current NFPA 25 standard. A detailed report will be provided to the VA indicating the condition of the system. The newly acquired test results should be compared to previous test results (if any) for verification of ant discrepancies in the water supply, valve operations, or any other changed conditions, defective items should be repaired or replaced as soon as possible. For all class I and class II fire sprinkler systems, on an annual basis, alarm check valves shall be inspected internally, serviced, and tested to assure that they function properly. For systems that include backflow prevention assemblies per NFPA 25 section 9-6 backflow prevention assemblies, all existing alarm check valves are to be internally inspected and serviced at five (5) year intervals. Testing the system control valve for verification that the valve is closing and holding properly. Should the valve hold against pressure, the systems will then be drained of all system water pressure. After draining the system, an internal valve service and inspection will be performed. All working components such as the clapper hinge, hinge spring, clapper facing, and the seat ring will be visually inspected for signs of wear. Any deficiencies will be noted on the inspection report. Upon completion of the internal valve service and inspection the system will be placed back into normal working operation; then, NFPA 25 inspection will be performed. C. Test and inspection-private fire service mains (25% each quarter) Test and inspection shall be conducted in accordance to NFPA 25, chapter 4 standard for the inspection, testing, and maintenance of water-based fire protection systems, and NFPA 25 standard for the installation of private fire service mains and their appurtenances. The purpose is to ensure a degree of operation for private fire service mains, and that fire hydrants function as intended. A visual examination of the fire hydrants will be conducted. The examination consists of checking for leaks, corrosion, location and position of the hydrant outlets, and physical damage (if any). The test will be performed to determine the working or operable status of the existing fire hydrant. This procedure consists of physical operation, and lubrication of the fire hydrant. This provides verification that the hydrant is not obstructed and is operating as intended. The flow tests will be conducted by means of operating 100% of the on-site fire hydrants during a one (1) year time frame. Twenty-five (25) percent of all hydrants will be tested each quarter. One fire hydrant will be used for determining the static pressure, and the residual pressure. One downstream hydrant will be opened at full flow to determining the gallons per minute flowing. Each of the fire hydrant flow results should be compared to previous year s results (if any) to determine if there is any indication of deterioration in the water supply. A flow graph will be prepared and provided to the VA showing the results of the flow test and hydrant operation. D. Test and inspection-antifreeze loop fire protection systems (quarterly) Tests and inspections shall be conducted in accordance with NFPA 25, standard for the inspection, testing and maintenance of water-based fire protection systems, NFPA13, chapter 3-5.2.1, standard for the installation of sprinkler systems, and factory mutual engineering organization (FMEO) #2-8n installation of sprinkler systems modified guide. Testing provides assurance that the system is freeze protected as intended. Testing will provide reliance for the protection for life and property from a fire through inspection, testing, and maintenance methods. All systems components shall be tested in accordance with NFPA 25 to verify that they function properly. The intent is to identify and report any conditions that render the system ineffective against freezing conditions. Tests will be made by drawing a sample of the solution from the antifreeze loop at the lowest point within the loop. Solution testing will be conducted on an annual basis. However, it is recommended that sample testing be conducted numerous times during the freezing season. If system modifications occur sample test is conducted, an additional test should be conducted to verify that appropriate freeze protection is achieved. A hydrometer or refract o meter shall be used to measure the specific gravity of the solution drawn from the system thus indicating the level of freeze protection. A detailed report will be provided to the VA. Indicating the test and inspection results that should be compared to previous reports (if any) for discrepancies. E. Test and inspection-fire pump (annual) The testing and inspection of the fire pump shall be conducted in accordance with NFPA 25, chapter 5 fire pumps. The purpose of the inspection is to verify that the pump assembly appears to be in good operating condition and is free from physical damage. Also to assure that the unit will start automatically and manually, and that it will provide a continuous delivery of the fire protection system (s) required water supply. Per NFPA 25, the pump may be tested by means of discharging water or by use of an approved flow meter, which does not discharge any water. Should a flow meter be utilized during regular testing, NFPA recommends that every third (3) year the unit be tested via water discharge. Information will be recorded and provided of three (3) test points. Three (3) test points must be recorded in order to satisfy NFPA requirements. One with no flow, one at 100% of the pump rated flow capacity, and one at 150% of rated capacity. The flow rates (GPM), and pressures (psi) shall be recorded. If a variable speed motor drives the unit the revolutions per Minute (rpm) are also recorded. For electric motors the voltage and amperage draw shall be recorded at each test point. The results are compared to the rated capacities of the unit. Simulating a normal power failure with the unit delivering peak power output shall test the automatic power transfer switch. Circulation and/or discharge relief valves shall be checked with the pump churning (no flow), to visually verify that sufficient water is discharging through the valve. Alarm indicators shall be checked and the jockey pump shall be operated. System components within the fire pump room will be tested. Control valves will be opened, closed, and checked to ensure that they seat properly. Gauges will be checked for corrosion and accuracy. Valve position indicating (tamper) switches will be tested and adjusted if necessary. A written report will be provided to the VA. In addition to the report, the test points will be charted on a graph providing a performance curve for the unit. The curve should be compared to the unadjusted field acceptance test curve and to the most recent previous (if any) test curve. Deficiencies should be reported as soon as possible. A summary of fire pump inspection, testing, and maintenance is contained in NFPA 25, table 5-5.1. ADDITIONAL SERVICES: Additional services are defined as any work requested and authorized by WTVAHCS that is within the scope of this contract but is in addition to the contract requirements. Any need for work of this nature detected by the contractor shall be immediately reported to the VA but work shall not start until appropriate change documents have been issued. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR or his designee. Work performed outside the normal hours of coverage must be approved by Facilities Manager and the COR. Funding for services that are outside the normal coverage hours or on holidays must have funding approved prior to any service being allowed. Federal Holidays observed by WTVAHCS are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day REPORTS AND DOCUMENTATION: Upon completion of all test and inspection services, the contractor shall report to the WTVAHCS COR or designee the results in writing to include a description of every test and inspection completed. The report will identify repairs needed and overall condition of the systems. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: The contractor personnel assigned to work at facilities and on equipment and systems listed herein must be fully qualified and shall be certified by the appropriate federal and state regulatory agencies to meet federal and local certification requirements consistent with the requirement of the work being performed. Fully qualified is defined as factory trained (or equivalent) and experienced to work on the equipment assigned. Copies of personnel training records, certifications and work experience shall be made available upon WTVAHCS request. WTVAHCS reserves the right to reject any contractor personnel and refuse them permission to service or inspect covered equipment. FAILURE TO PERFORM: If any maintenance or repair service does not meet the Requirements outlined herein, WTVAHCS may require the contractor to re-perform the services to conform to the contract requirements at no additional cost. FIRE ALARM TRIP CHARGE: If the contractor trips a fire alarm due to negligence, inattention or failure to properly coordinate and request fire alarm system shutdown, the contractor will be charged actual costs incurred for VA personnel responding to the alarm. In addition, the contractor will be liable for losses associated with disruption of facility operations, fines, charges and other costs imposed by the VA or external Fire Departments and any City, County, State or external agency. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: All contractor personnel are required to be aware of and observe security, safety and environmental requirements of the VA facility including, but not limited to, restricted area access, wearing of distinctive clothing bearing the name of the contractor, wearing visible identification issued by the WTVAHCS Police Section at all times while on the premises of the WTVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. WTVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at WTVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. PLACE OF PERFORMANCE: West Texas VA Health Care System 300 Veterans Boulevard Big Spring, Texas 79720 PERIOD OF PERFORMANCE: Base Year: September 29, 2019 September 28, 2020 Option Year 1: September 29, 2020 September 28, 2021 Option Year 2: September 29, 2021 September 28, 2022 Option Year 3: September 29, 2022 September 28, 2023 Option Year 4: September 29, 2023 September 28, 2024 SECURITY: This service does not involve contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contract system) to a VA internet trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per Handbook 6500.6. The C&A requirements do not apply, and that a Security Accreditation Package is not required. DISCOVERY: Aspects of the fire suppression system may require on site discovery QUALITY ASSURANCE SURVEILLANCE PLAN Type of Service: Fire suppression system test and inspection services at the WTVAHCS located at 300 Veterans Blvd., Big Spring, TX. Task Standard Acceptable Quality Level Surveillance Method Incentive 1. Test and inspection wet pipe fire protection system (quarterly). In accordance with NFPA 25 standard, state, and Manufacturer instruction. There will not be more than one (1) instance of non-service. COR will monitor contractor performance Positive or negative performance rating. 2. Test and inspection dry pipe protection (quarterly). In accordance with NFPA 25 standard, state, and Manufacturer instruction. There will not be more than one (1) instance of non-service. COR will monitor contractor performance Positive or negative performance rating. 3. Test and inspection private fire service mains (25% quarterly) In accordance with NFPA 25 standard, state, and Manufacturer instruction. There will not be more than one (1) instance of non-service. COR will monitor contractor performance Positive or negative performance rating. 4. Test and inspection anti-freeze loop fire protection system (quarterly) In accordance with NFPA 25 standard, NFPA 13, FMEO, state, and Manufacturer instruction. There will not be more than one (1) instance of non-service. COR will monitor contractor performance Positive or negative performance rating. 5. Test and inspection fire pump (annual) In accordance with NFPA 25 standard, state, and Manufacturer instruction. There will not be more than one (1) instance of non-service. COR will monitor contractor performance Positive or negative performance rating. *test and inspection requirements for all other systems to include but not limited to emergency lighting, detection device, communications devices are listed on attachment A of this document. See attached document: Attachment A. ** These services are subject to the Services Contract Act Wage and Determination ** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-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/VANTHCS/VANTHCS/36C25719Q1179/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;West Texas VA Health Care System;George H. O'Brien, Jr. VA Medical Center;300 Veterans Boulevard;Big Spring, Texas
Zip Code: 79720
Country: USA
 
Record
SN05378891-F 20190725/190723230049 (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.