SOURCES SOUGHT
H -- 649-23-1-6076-0007 - Base FIRE ALARM INSPECTION & SYSTEM SERVICES
- Notice Date
- 9/15/2022 3:22:03 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1702
- Response Due
- 9/19/2022 4:00:00 PM
- Archive Date
- 11/18/2022
- Point of Contact
- Marco Ramos, Contract Specialist, Phone: 562-766-2329
- E-Mail Address
-
marco.ramos1@va.gov
(marco.ramos1@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Sources Sought Notice 2 | Page DESCRIPTION This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Northern Arizona VA Health Care System (NAVAHCS) located at 500 Highway 89 North Prescott, AZ 86313 is seeking a potential qualified contractor that can provide Fire Alarm and Fire Suppression System Inspection, Testing, and Maintenance (ITM). Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561621 ($22.0 Million). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to Marco.ramos1@va.gov. All information submissions to be marked Attn: Marco Ramos, Contract Specialist and should be received no later than 12:00 pm PST on September 13, 2022. NAVAHCS-Prescott Draft Statement of Work Fire Alarm and Fire Suppression System Inspection, Testing, and Maintenance (ITM) 1.) Service being ordered: NAVAHCS has an annual requirement of required inspections on both the Fire Alarm and Fire suppression system per the frequencies prescribed in the latest editions of NFPA/The Joint Commission (Non-deemed status facilities and any agreements between the Veterans Administration and The Joint Commission (Subject to Change). 2.) Salient Characteristics of Equipment Required: National Fire Protection Association (NFPA) NFPA 13 Automatic Sprinkler Systems NFPA 25 Water Based Fire Protection Systems NFPA 70 National Electric Code NFPA 72 National Fire Alarm Code NFPA 90A Installation of Air Conditioning and Ventilation Systems NFPA 96 Ventilation Control and Fire Protection of Commercial Cooking Operations NFPA 101 Life Safety Code Factory Mutual Engineering Corp. (FM): Factory Mutual Approved Guide Underwriters Laboratories, Inc. (UL): Fire Protection Equipment Directory The Joint Commission (JC) Environment of Care Manual Occupational Safety and Health Administration (OSHA) Fire Alarm Contractor shall provide 100% ITM and repair service for all fire alarm devices. Types of devices are listed below: Duct Detectors Smoke Detectors Water Flow Devices Heat Detectors Fire Alarm Pull Stations Audible Devices (Speakers) Visual Devices (Strobes) Tamper Switches Electromagnetic Releasing Devices CO Detectors Horn Strobe Devices Combination Speaker/Strobe Devices Voice Evacuation Devices Fire Alarms Control Panels Power Supply Devices Batteries Fan Shutdown Devices Communicator Device Initiating Device Annunciating Devices (Main Panels) Supervisory Devices Fire/Smoke Dampers The fire alarm panel s sensitivity self-diagnostic report will be reviewed during the inspection. Any detectors reported to be outside of the allowable range will be repaired or replaced. In addition to fire alarms testing, the Contractor shall also test to ensure that access control doors with fire alarm interface release upon operation of the fire alarms. During the annual fire panel inspection, any firmware upgrades that are required will be installed. Frequency of Inspections will consist of: Quarterly: NFPA 25-2011: Table 5.1.1.2 Supervisory signal devices (except valve tamper switches) Mechanical water flow devices (water gongs) Fire department water supply connections (NFPA 25-2011: 13.7; Table 13.1.1.2) Semi-Annual: Vane-type & pressure-type water flow devices Valve tamper switches Automatic fire-extinguishing systems in kitchens Water storage tank high- and low-water level alarms (NFPA 25-2011: 9.3; Table 9.1.1.2) Annual: NFPA 72-2010 Table 14.4.5; 17.14 Duct detectors Smoke detectors Heat detectors Manual fire alarm boxes Visual & Audible fire alarms (including speakers and door-releasing devices) Fire alarm equipment on the inventory for notifying off-site FD Automatic sprinklers for the main drains at low points or system risers (NFPA 25-2011: 13.2.5; 13.3.3.4; Table 13.1.1.2; Table 13.8.1) Fire pumps under flow (NFPA 25-2011: 8.3.3) Carbon dioxide & other gaseous automatic fire-extinguishing systems Automatic smoke-detection shutdown devices for all air-handling equipment Sliding & rolling fire doors, smoke barrier sliding doors Testing of fire door assemblies 6 year: Fire & smoke dampers fully close (NFPA 90A-2012: 5.4.8; NFPA80-2010: 19-4; NFPA 105-2010: 6-5) (All fire/smoke dampers shall be physically tested to ensure proper electrical and mechanical operation of motor, linkage and dampers in FY 2027.) All water flows and tampers (wet & dry systems) shall be tested ensure proper functionality as related to the fire alarms system. The Contractor shall provide all necessary test equipment and labor to perform required inspection, testing, maintenance, and repairs. During all onsite work, the Contractor will provide a daily in-brief prior to any work completed and out brief prior to departure to the COR (or representative). All devices of the fire alarm system shall have a Unique Identifier (UID) number. Vendor will provide a UID for every device in the fire alarm system. All inventories and inspection reports shall be organized by the UID. UID numbers shall never change over the lifetime of the device (cradle to grave data maintenance). UID numbers must never be re-used or re-issued to new devices from a previously retired device. Labels must be affixed so that it is easily identifiable. *If the facility or campus is already using an establish UID system (e.g., EE# s) the Contractor will use the provided UID s. All system firmware and software shall be updated and maintained to match for optimal performance. During inspection, any deficiencies in design or configuration shall be noted and corrected. Fire Suppression Contractor shall provide 100% ITM and repair service for the following fire suppression devices. Approximate current types of devices are listed below. Devices change periodically as devices are placed in and out of service: Heads Post Indicator Valve (PIV) Inspectors Test Valve (ITV) Main Drain Valve FDC Check Valve Backflow Preventer Fire Department Connection (FDC) Water/Air Pressure Gauges Dry Systems Wet Systems Pre-Action Systems Fire Hydrants Fire Pumps Valve Tamper devices Standpipes Risers/Drains Fire Dampers Water Flow devices Kitchen Hood Extinguishing Systems Clean Agent System Repairs and Part Contractor must be qualified to complete all repairs. Contractor shall identify any and all needed repairs and modifications needed during onsite ITM. All deficiencies identified by the Contractor shall be repaired and documented immediately by the Contractor while on site. A proposal shall be submitted to the COR (or designee) for parts required to repair the system. NO work will commence without approval to proceed. Parts will be billed at actual invoiced cost. The cost of the labor to install the part is understood to be included in the contract price. If repairs cannot be made prior to the completion of the inspection, a timeframe will be established for the completion of the repair. A hard copy will be delivered to the COR or designee and a separate copy will be delivered electronically via email and electronic copy via (e-mailed) reporting all findings and repairs by the end of the following business day in which the repairs were made. Deficiencies should be completed within 5 days of final report but need to be identified by close of business of the day found. The contractor will furnish one electronics (at least Level 1 Notifier certified) and/or pipefitter technician for an eight-hour day once per each calendar month. 3.) Specific Requirements The Contractor must have the experience in accordance with NFPA requirements, further must be able to perform all duties defined within this scope on the Fire Alarm System identified in Section 2. The Contractor must be an authorized NOTIFIER contractor in the state of Arizona. This authorization by NOTIFIER must be maintained throughout the life of the contract. Certifications for each system must be submitted as part of the original proposal and annually thereafter. The Contractor must at a minimum support, service, inspect, test, maintain, and repair all devices in the NOTIFIER and ONYX systems with or without the support of sub-contractors. Contractors to provide at least three (3) references for currently or recently completed contracts. The past performance evaluation considers each offeror has demonstrated recent (within the past three [3] years) and relevant record of fire alarm reservices. 4.) General Information All Contractor employees dispatched to or working at any of the VA sites identified herein must obtain and wear a VA issued badge while performing services. VA badges are to be obtained through coordination with the COR. 5.) Records Contractor will provide a total of two (2) e-copies of all data by means of CD/DVD following each required inspection frequency for all inspection, testing, maintenance, and repair activities for each individual device covered under this contract. E-folders shall match binder tabs exactly with all matching documents individually delineated for ease of identification. E-copy folders should replicate hard copy binder. Contractor will provide two (2) 3-ring binders following each required inspection frequency (this will be completed after the Year One annual inspection), which clearly documents all JC and NFPA requirements for all ITM and repair activities for each individual device covered under this contract. An index shall be included in the front of the binder delineating all tabbed items. Data Organization: Each quarterly binder (and CD/DVD) shall be clearly tabbed out as follows: Binder 1: Tabs shall have all JC-required documentation requirements only: Sample mandatory documentation requirements for JC are EC.01.02.05, EPs 1-5, 9, and 19. Note, these requirements could change, and it is up to the Contractor to ensure documentation contains the most current requirements per JC. See Attachment 1 for sample requirements. If an EC/EP Component contains documentation requirement for more than device, sub tabs will be created so that each separately grouped device under a single EC/EP identifier has its own unique section. Example: EC.02.03.05, EP9 Each tab shall have a cover sheet specifically delineating JC (EC/EP identifier) and NFPA requirements verbatim out of the most current standard or edition. Each tab shall have a second cover sheet defining time/testing interval requirements for the specific tabbed item per NFPA and JC individually. Binder 2: All other Fire Alarm and Fire Suppression testing requirements will be contained within a secondary binder. The binder will match Binder 1 in regard to organization and set-up. Binders and electronic media shall be updated annually once provided. 6.) Government Furnished Property (GFP) and Services No equipment to be furnished by the Government. 7.) Hours All work shall be performed on weekdays, excluding Federal holidays, during the hospital s regular weekday working hours of 8:00 a.m. 4:30 p.m. All regular service/repairs shall be performed during normal hours of coverage unless requested or approved by the CO, COR or his/her designee. Observed Federal Holidays are as follows: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, Presidents Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/231a1c6ae78f4e55a1452dfae32ab705/view)
- Place of Performance
- Address: Department of Veteran Affairs Northern Arizona VA Health Care System 500 Highway 89 N, Prescott, AZ 86313, USA
- Zip Code: 86313
- Country: USA
- Zip Code: 86313
- Record
- SN06467741-F 20220917/220915230138 (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 |