Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2023 SAM #7887
SOURCES SOUGHT

J -- Fire Suppression Services

Notice Date
6/30/2023 2:06:06 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25223Q0731
 
Response Due
7/7/2023 7:00:00 AM
 
Archive Date
10/05/2023
 
Point of Contact
Lori Eastmead, Contract Specialist, Phone: 414-844-4840
 
E-Mail Address
lori.eastmead@va.gov
(lori.eastmead@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs is issuing this Sources Sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for fire suppression services for the Tomah VA Medical Center, Tomah, WI. The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561621 Security System Services. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Tentative requirements: The Tomah VA Medical Center, operated by the Veterans Health Administration (VHA), United States Department of Veteran Affairs (VA), is a campus consisting of healthcare, ambulatory healthcare, domiciliary, business, storage, and industrial occupancies that support the Administrations mission of providing quality healthcare to the nation s veteran population. VA policy is to design and maintain facilities in compliance with the most recent edition of NFPA 101. VAMC programs are accredited by the Joint Commission, Office of Inspector General (OIG), and Long-Term Care Institute (LTCI) which required detailed documentation and corrective action taken of inspection, testing, and maintenance of life safety features. NOTE: Contractor shall perform all service, testing and maintenance per the most current NFPA Codes as referenced below. Water-based fire protection systems shall be inspected, tested, and maintained in accordance with NFPA 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems. Commercial cooking fire protection systems shall be inspected, tested, and maintained in accordance with NFPA 96, Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations; and NFPA 17A, Standard for Wet Chemical Extinguishing Systems. Portable fire extinguishers shall be inspected, tested, and maintained in accordance with NFPA 10, Standard for Portable Fire Extinguishers. Fire alarm systems shall be inspected, tested, and maintained in accordance with NFPA 72, National Fire Alarm and Signaling Code. Combined Inspection, Testing, and Maintenance (ITM) of water-based fire protection systems, commercial cooking fire protection systems, portable fire extinguishers, and fire alarm systems. Services include ITM of automatic sprinkler systems and associated kitchen exhaust hood fire suppression systems; kitchen cooking equipment wet chemical extinguishing systems; portable fire extinguishers; and fire alarm systems. Delivered products include written reports of ITM results with itemized inventories and individual pass/fail/not tested results in both paper and electronic formats. Documentation of corrective action taken, how/what was corrected, and date of correction is required. Contractor shall be within a one-hundred and fifty (150) mile radius of the Tomah VA Medical Center. Quality Control: The Contractor shall develop and maintain an effective quality control (QC) program to ensure services are performed in accordance with this Statement of Work (SOW). The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. Emergency Services: The Contractor shall respond and be on-site within twenty-four (24) hours from the time that first contact was made by the contract COR, for emergency work related to ITM to restore systems to an operational status. This includes but is not limited to resetting dry pipe sprinkler systems, pre-action sprinkler systems, wet pipe sprinkler systems, fire alarm systems, and wet-chemical extinguishing systems that malfunction because of ITM work. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, vehicle fleet size, and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs), small businesses or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any large or small business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 9:00 AM Local Time on July 7, 2023. All responses under this Sources Sought Notice must be emailed to Lori.Eastmead@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ad12326064d496c879fcef5d34af48c/view)
 
Place of Performance
Address: Tomah VA Medical Center 500 E Veterans Street, Tomah 54660-3105
Zip Code: 54660-3105
 
Record
SN06734711-F 20230702/230630230048 (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.