SOLICITATION NOTICE
H -- Fire Detection System Inspection
- Notice Date
- 8/12/2020 12:46:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q0011
- Response Due
- 8/26/2020 2:00:00 PM
- Archive Date
- 10/25/2020
- Point of Contact
- Kevin Adkins, Contract Specialist, Phone: 217-554-4544
- E-Mail Address
-
kevin.adkins@va.gov
(kevin.adkins@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Attachment 1: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. This solicitation is set-aside for SDVOSB sources. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $22.0 Million. The FSC/PSC is H363. The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois, is seeking to purchase Fire System Inspection Services. Wage Determination 2015-5021 rev 11 applies. All interested companies shall provide quotations for the following: Supplies/Services Base Year 10/01/2020-09/30/2021 Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Provide annual inspection of station wide Simplex 4100U fire detection monitoring and alarm system to include all connected peripheral devices for patient care and all other buildings. Provide annual and required quarterly inspections of all sprinkler devices. Documentation of testing and summary of discovered deficiencies is to be provided. Services to be provided in accordance with the Performance Work Statement. 1 JB Option Year One 10/01/2021-09/30/2022 1001 Provide annual inspection of station wide Simplex 4100U fire detection monitoring and alarm system to include all connected peripheral devices for patient care and all other buildings. Provide annual and required quarterly inspections of all sprinkler devices. Documentation of testing and summary of discovered deficiencies is to be provided. Services to be provided in accordance with the Performance Work Statement. 1 JB Option year Two 10/01/2022-09/30/2023 2001 Provide annual inspection of station wide Simplex 4100U fire detection monitoring and alarm system to include all connected peripheral devices for patient care and all other buildings. Provide annual and required quarterly inspections of all sprinkler devices. Documentation of testing and summary of discovered deficiencies is to be provided. Services to be provided in accordance with the Performance Work Statement. 1 JB Option Year Three 10/01/2023-09/30/2024 3001 Provide annual inspection of station wide Simplex 4100U fire detection monitoring and alarm system to include all connected peripheral devices for patient care and all other buildings. Provide annual and required quarterly inspections of all sprinkler devices. Documentation of testing and summary of discovered deficiencies is to be provided. Services to be provided in accordance with the Performance Work Statement. 1 JB Option Year Four 10/01/2024-09/30/2025 4001 Provide annual inspection of station wide Simplex 4100U fire detection monitoring and alarm system to include all connected peripheral devices for patient care and all other buildings. Provide annual and required quarterly inspections of all sprinkler devices. Documentation of testing and summary of discovered deficiencies is to be provided. Services to be provided in accordance with the Performance Work Statement. 1 JB Performance Work Statement Scope of work: The vendor shall provide trained technicians to test all facets of the Simplex 4100u Central fire alarm system and ancillary peripheral connected devices and provide test results and documentation for the following buildings (14, 19, 22, 25, 35, 39, 48, 49, 58, 60, 64, 68, 69, 72, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 136, 140, 211, 212, 214 and 216) located on the campus of the VA Iliana Healthcare System at 1900 East Main Street, Danville, Il 61832 Services to be provided: Vendor to provide trained technicians to perform inspections and diagnostic tests for all peripheral devices connected to comprise the facility fire alarm system. (Below listed quantities may not be reflective of all devices currently on the system) All testing to be conducted to standards required by the latest edition of NFPA 72 and 101. Documentation is to be provided for each device tested to include location, system address or zone location with test results and applicable voltage readings. A summary is to be provided of any deficiencies found. Thirty-One (31) Main Fire Alarm Panels Twenty-Six (26) Annunciators Seven Hundred Ninety-Two (792) Conventional Smoke Detectors Forty-Nine (49) Restorable Heat Detectors Eighty-Six (86) Conventional Duct Detectors Three Hundred One (301) Pull Stations Two Hundred Eighty-Three (283) Addressable Audio-visual units Vendor to provide trained technicians to conduct inspections of Water-Based Fire Protection Systems inspections in accordance with specifications in the latest edition of NFPA 25. Annual Wet Pipe Sprinkler tests and inspections to include inspecting gauges, systems valves, components and signs; operating control valves; testing tamper and flow switches, and local alarms and signals; opening main drain to record static and residual pressure; inspecting the fire department connection and doing a building walk through to visually inspect sprinklers, piping, fitting and hangers from the floor level. Where semi-annual is required, wet pipe sprinkler tests and inspections includes inspecting gauges, water flow alarms, valve supervisory alarms, hydraulic nameplate and control valves for position. Test mechanical alarms and low-pressure alarms if present. One main drain test conducted downstream of main backflows or pressure reducing valves and test flow alarms and pressure switches. Where quarterly service is required wet pipe sprinkler testing and inspections includes inspecting gauges, water flow alarms, valve supervisory alarms, hydraulic nameplate and control valves for position. Test mechanical alarms and low-pressure alarms if present. One main drain test conducted downstream of main backflows or pressure reducing valves. Each control valve is operated in its full range and lubricated annually. Drain test to be conducted after opening. All accessible components and devices to be logged with test results. Any discrepancies found shall be noted and a summary provided. a. Thirty-Eight (38) Wet Sprinkler systems Vendor to provide trained technicians to conduct inspections of Water-Based Fire Protection Systems in accordance with standards specified in the latest edition of NFPA 25. Annual dry pipe sprinkler test and inspections to include inspecting gauges, system valves, components and signs; operating control valves; testing tamper and pressure switches, and local alarms and signals; opening main drain to record static and residual pressures; partial trip test; draining of low point drains, inspecting fire department connections; and doing a building walkthrough to visually inspect sprinklers, piping, fittings and hangers from floor level. Where semi-annual is required, dry pipe sprinkler tests and inspections includes inspecting gauges, water flow alarms, valve supervisory alarms, hydraulic nameplate and control valves for position. Test mechanical alarms and low-pressure alarms if present. One main drain test conducted downstream of main backflows or pressure reducing valves and test flow alarms and pressure switches. Where quarterly service is required dry pipe sprinkler testing and inspections includes inspecting gauges, water flow alarms, valve supervisory alarms, hydraulic nameplate and control valves for position. Test mechanical alarms and low-pressure alarms if present. One main drain test conducted downstream of main backflows or pressure reducing valves. Each control valve is operated in its full range and lubricated annually. Drain test to be conducted after opening. a. Twelve (12) Dry Sprinkler systems Vendor to provide trained technicians to conduct the required five (5) year standpipe flow and hydrostatic tests per the latest edition of NFPA 25 (6.3.1) Flow test and (6.3.2) Hydrostatic test. Gauges shall be tested as a part of the five-year test and recalibrated or replaced if not accurate to within 3 percent. Current five-year certification expires 3 Aug 2020. COMPLIANCE REPORTING The following buildings (39, 58, 101, 103, 128, 129, 130, 131, 132, 133 and 140) require Joint Commission Reporting for the Environment of Care 02.03.05 and reporting is to be provided in such a format. All other buildings without Joint Commission requirements may have reporting provided in a standard format. RECORDS MANAGEMENT Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. VA Iliana and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA Iliana or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA Iliana. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Iliana control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub- contractor) is required to abide by Government and VA Iliana guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA policy. The Contractor shall not create or maintain any records containing any non- public VA Iliana information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. VA Iliana owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA Iliana shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take VA Iliana-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.] Flow down of requirements to subcontractors The Contractor shall incorporate the substance of this clause, its terms, and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. SITE ACCESS All personnel working on this project will be required to be in possession of a valid VA flash pass or will need to sign in at Police Service daily to obtain a visitor badge prior to working on this project. Badge application forms (0711) are available from the COR All personnel working on VA property are required to complete privacy training and comply with VA Handbook 6500.6 Appendix C, Sections 1,6,7,9a(3) and 9b All personnel on VA projects are required at a minimum to be in possession of a Ten (10) hour OSHA card Infection control permits where required will be issued by the Infection Control staff (Thomas Hamblin) (217) 554-3243 prior to the commencement of work. COR/POC will assist with coordination and escorts as required. Period of Service The base period of services under this solicitation shall be inclusive of (1 October 2020- 30 September 2021). An additional four (4) option years (FY 22-FY 25)may be submitted for consideration for the period 1 October -30 September for each of the option years, to be exercised at the discretion of the government. DELIVERY OF SERVICES All inspections are to be scheduled and conducted to meet the inspection and testing requirements specified in the latest edition of NFPA 25, 72 and 101 and Joint Commissions reporting requirements of Environment of Care 02.03.05. , documentation of the test results is to be provided within 10 days. Vendor shall coordinate with Kenneth Adams, VA Engineering Supervisor/COR (217) 554-5994 or the alternate James Blanding, VA Engineering Supervisor (217) 554-5992 to schedule work prior to arriving at the site. Work will be scheduled in such a manner as to not disrupt patient care. The contract period of performance is 10/01/2020-09/30/2021, with an additional Four One-year Options to be exercised at the discretion of the government. Place of Performance/Place of Delivery Address: 1900 East Main Street Danville Illinois Postal Code: 61832 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JUN 2020 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Submittal of Quote: Offerors shall submit quote by email to kevin.adkins@va.gov by the solicitation due date. Please limit graphics or excessive large files during quote submission. As part of their quote, offerors shall submit the following information: (1) Price: a. Complete SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS b. Provide the documentation requested below via email to kevin.adkins@va.gov : *VA has a maximum allowable incoming email size limitation including attachments of seven megabytes. Offerors submitting responses via email which exceed seven megabytes shall split their response into multiple email messages so as to not exceed the maximum allowable email size limitation. The VA is not responsible for late responses due to undelivered e-mails that exceed seven megabytes. (2) Technical Capability: NOTE: Offerors who fail to submit required information and documentation may not be eligible for award. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 852.215-72 Notice of Intent to Re-solicit (OCT 2019) 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical Capability (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options . The Total Evaluated Price will be that sum. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all quotes relative to each other, and will not affect the ranking of quotes based on price, unless, after reviewing the quotes, the Government determines that there is a basis for finding otherwise. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3, Offerors Representations and Certifications Commercial Items JUN2020 www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Oct 2018 Addenda clauses are as follows; 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (JUL 2019 DEVIATION) 852.232-72, Electronic Submission of Payment Requests. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JUL 2020 The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b)(4), (8),(21),(22),(27),(29), (30),(31),(32),(33),(44),(51),(58). Subparagraph (c ) (1), (2), (3),(7),(8). Failure to submit the necessary information may render the offer unacceptable, in which case it will not be considered for award. Proposals will be evaluated in accordance with the criteria set forth above. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, perspective offerors are encouraged to submit initial proposals that represent the best terms and conditions of the offeror. All quotes shall be sent to the Contracting Officer Kevin Adkins by email to kevin.adkins@va.gov The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. All quoters shall submit the following: Items to be evaluated are: a. Technical Capability- i. Contractor shall demonstrate evidence of experience in the provision of Fire System Inspection Services in a Health Care environment. ii. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. iii. Contractor shall demonstration of ability to provide trained technicians to test all facets of the Simplex 4100u Central fire alarm system and ancillary peripheral connected devices. iv. Contractor shall provide example testing documentation that demonstrates compliance with NFPA 25, NFPA 101, and Environment of Care Standard 02.03.05 reporting formats. b. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. c. Price- The Price shall include all labor, materials, project management and supervision. It shall also include all travel and expenses, and training. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than August 26,2020 at 4PM local time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Kevin Adkins Contracting Officer kevin.adkins@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a14cabe62e347139bd02ba650ec9775/view)
- Place of Performance
- Address: VA Iliana Healthcare System 1900 East Main Street, Danville 61832
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN05754492-F 20200814/200812230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |