Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2022 SAM #7538
SOURCES SOUGHT

H -- Fire Life Safety Code Survey Base plus 4OY POP (08/15/2022 - 07/31/2023)

Notice Date
7/19/2022 2:06:04 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0540
 
Response Due
7/28/2022 12:00:00 PM
 
Archive Date
10/26/2022
 
Point of Contact
Jeff Eller, Contract Specialist, Phone: 918-577-3282, Fax: *Faxes will not be accepted*
 
E-Mail Address
jeffery.eller@va.gov
(jeffery.eller@va.gov)
 
Awardee
null
 
Description
SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR THE HOSPITAL SURVEY AND PROVIDING THE STATEMENT OF CONDITIONS Oklahoma City VA Health Care System Oklahoma City, OK 73104 BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off of this posting. Background The hospital contracts with a Fire Protection Engineer every three years to conduct a Life Safety Code survey of the buildings, provide all Life Safety drawings, document deficiencies, identify appropriate occupancy classifications, and recommend corrective actions. This survey is used to ensure that the facility meets Life Safety Code standards and has a Statement of Conditions as required by The Joint Commission. Project Scope The contractor shall perform a survey of Building 1 and the Clinic addition to determine compliance with National Fire Protection Association (NFPA) 101 current editions. Deviations from NFPA 101 shall be identified and documented so Plans for Improvement (PFI) can be developed. The contractor shall provide recommendations for the appropriate occupancy class for each section of the building and provide drawings of each area. The contractor shall evaluate existing fire and smoke barrier walls and doors, and make recommendations for decommissioning walls and cross corridor doors that are no longer needed. The contractor shall conduct a survey of the fire and smoke barrier walls visible above the ceiling to confirm location and construction of the fire and smoke barrier walls. Deficiencies shall be noted on redlined drawings for future repair. The contractor shall review the electronic Statement of Conditions (eSOC) on The Joint Commission website and provide word document of proposed changes. The contractor shall document the Statement of Conditions (SOC) consisting of: The statement of their qualifications, The general building description (including height, size, construction, classification and occupancy for each area), Provide information regarding any equivalencies approved by The Joint Commission, Life Safety Assessments, Small scale drawings (must include current room layout, fire walls, smoke barrier walls, smoke compartment names or designations, occupancy classifications for each floor and area), Identify all hazardous rooms and note any special life safety features, Recommendations of correction for any non-compliant items, New PFIs as required. The contractor shall submit three copies of the SOC for review. The contractor shall provide one master and two numbered hardcopies of the SOC documents, and a computer CD containing the final SOC documents and drawings in Microsoft Word, PDF, and DWG format. The contractor shall provide telephone/electronic e-mail support to the OKC VAMC staff on the 2022 Statement of Conditions or other fire related issues for a total for a total of 12 hours (approximately 1 hour/month). The contractor shall conduct an exit conference after the completion of all surveys with the OKC VAMC Leadership, Safety, and Engineering staff to discuss findings for an expected total conference time of 2 hours. On-site Location: Oklahoma City VAMC 921 N.E. 13th St. Oklahoma City, Ok 73104 Testing and Documentation The contractor shall survey the facility with the Environment of Care staff and provide three hardcopy and one electronic copy statement of conditions as provided in the scope of work. Protection of Existing Structures, Equipment, Utilities, and Improvements: The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The Contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer. Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of inspection against dust, debris and physical damage, so that equipment and affected areas operations will not be hindered. Contractor shall permit access to VA personnel through inspection areas as required for maintenance and normal Medical Center operations. When the inspection area is turned over to the Contractor, the Contractor shall accept entire responsibility therefore. Contractor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the inspection area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT ONE WEEK PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER. Sign-in Procedures: All Contractor employees are required to sign in, and out, at the Environment of Care Office 7A105 as directed by the Contracting Officer or COR. A valid state driver s license or state identification card is mandatory for all employees to have access to this facility. All Contractor employees are required to wear the assigned VA badge at all times. Work Hours: Normal business hours are 8:00 AM to 4:30 PM Monday thru Friday, excluding Federal Holidays. Work completed outside this time must be requested through the COR. Requests for afterhours work must be submitted in writing to the COR one (1) week prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting. LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation. Please communicate via e-mail to jeffery.eller@va.gov by COB July 28, 2022, as to your company s interest and ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size as related to NAICS code 812320 As per the Limitations of Subcontracting: (see FAR 19.505) As Primary Contractor: what % of Total Contract Value will you retain? If using a Subcontractor: what % of Total Contract Value will go to them? Please provide SAM.Gov Unique Entity ID (UEID) number Please state if you have an FSS/GSA contract that includes this service If applicable provide that FSS/GSA contract number In order for you company s information to be counted in relation to this Market Research all above questions must be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17e3501d666246ca859148eec761795d/view)
 
Place of Performance
Address: Oklahoma City VA Medical Center 921 N.E. 13th St., Oklahoma City 73104-5007
Zip Code: 73104-5007
 
Record
SN06394540-F 20220721/220719230059 (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 |
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.