Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

J -- Hydraulic Survey of Facility Fire Suppression System Full and Open

Notice Date
6/17/2024 7:36:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0620
 
Response Due
6/24/2024 1:00:00 PM
 
Archive Date
09/22/2024
 
Point of Contact
Carissa Sarazin, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
carissa.sarazin@va.gov
(carissa.sarazin@va.gov)
 
Awardee
null
 
Description
The purpose of this amendment is to clarify that this Solicitation is being issued as open market. There is no set aside. Section (iv) now reads: (iv) This requirement is being issued as open market, there is no set-aside. The associated NAICS 811310 and small business size standard is $12.5 million. Combined Synopsis Solicitation Northampton VAMC - Hydraulic Survey of the Facility Fire Suppression System (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24124Q0620 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. (iv) This requirement is being issued as open market, there is no set-aside. The associated NAICS 811310 and small business size standard is $12.5 million. (v) The Government intends to award a firm-fixed price award to perform a Hydraulic Survey of the Facility Fire Suppression System at the Northampton VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide a Hydraulic Survey of Facility Fire Suppression System IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Northampton Massachusetts as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: 18 June 2024 at 11am in front of Building 1 (flag pole side) Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to carissa.sarazin@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 20-June- 2024 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.  Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 25-June- 2024 by 4:00 PM EST. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is carissa.sarazin@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Hydraulic Survey of Facility Fire Suppression System 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: STATEMENT OF WORK NORTHAMPTON VAMC 421 NORTH MAIN STREET LEEDS MA. 01053 HAS A NEED FOR HYDRAULIC SURVEY OF FACILITY FIRE SUPPRESSION SYSTEM STATEMENT OF WORK: GENERAL: The Department of Veterans Affairs requires that a hydraulic fire suppression system survey be completed at the Central Western Massachusetts VA, 421 North Main Street Leeds, MA 01053. Survey is to include the medical center s fire suppression systems. Place of Performance: 421 N. Main St. Leeds MA 01053 PROJECT SCOPE OF WORK The contractor is responsible for providing professional services to include all labor, supervision, investigation, transportation, materials, tools, equipment, and permits necessary to prepare a hydraulic fire suppression system survey and design review of both Wet and Dry systems. Hydraulic survey calculations must be performed by an actively licensed professional fire protection engineer, preferably license in the State of Massachusetts, but professional fire protection engineers actively licensed in another state will be considered acceptable. The existing system must be fully field evaluated. VA will provide most recent hydrant test results. VA will only provide building floor plans; these plans do not reflect on-going renovations being done on multiple buildings. No other plans or drawings are available or will be furnished by the VA. The contract will require that the contractor will provide the following items to the Department of Veterans Affairs within 180 days of contract execution: Perform field investigations to inventory and evaluate the entire fire suppression system in each building. Develop CAD or BIM record drawings of the existing system for each floor of each building in accordance with NFPA 13. Include pipe sizes and type, location of pipe size transitions, sprinkler heads, valves, and other devices. Perform hydraulic system calculations as required per NFPA 13.   Perform calculation for both the most recent version of NFPA as well as the code year of record. Hydraulic design data plates and signage as required by the NFPA 25:5, to be attached at the required locations per NFPA regulation. Deliverables NFPA 13 25:5, provide all new hydraulic design Information Signs to be installed at all required locations specified by NFPA 13 Provide a copy of the completed calculations, stamped by a professional engineer. Provide a report of any deficiencies discovered during the investigation. Site Conditions: Site investigation will be performed Monday-Friday- 0700hr to 1700hr., Saturday and Sunday full day. Clinical area work needs to be performed during off-hrs., 1700hr-0700hr, and will be coordinated with COR with a 7 day notice provided. The COR will need at least 7 business days notice to coordinate with hospital staff to accommodate the area of investigation performed by the contractor. The government will provide an escort and provide access to buildings, rooms, and spaces required to full survey the location. Escorting is a mandatory requirement while the contractor is investigating the site. Seven business day notice is required for any utility shutdown. The contractor is required to follow all VA requirements for physical site access. The government will not provide ladders, lifts, equipment, tools, or any labor, the government will provide an escort. 95% of the facility has suspended ceilings (ACT), the remaining is gypsum and some plaster ceiling. The contractor is responsible for any damage done during investigatory activity and corrective action will be to repair or replace in kind. The contractor is responsible clean up all debris produced, and restoration of any affected area during investigation. If any component, system, or any device is found to be inoperable or damaged during the investigation, the contractor will document condition in survey. If system operation is compromised due to the condition, the contractor will notify the COR immediately. If investigation during survey requires any system component activation, activity will need to be coordinated with the VA and relative agencies or departments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2db8988e905f4e4d8fe0ec781f88de94/view)
 
Place of Performance
Address: Northampton VA Medical Center 421 N. Main Street, Leeds, MA 01053
Zip Code: 01053
 
Record
SN07099269-F 20240619/240617230115 (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.