Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
MODIFICATION

63 -- Fire Alarm & Sprinkler

Notice Date
6/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs, Orlando VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA-248-09-RQ-0437
 
Response Due
6/30/2009
 
Archive Date
7/15/2009
 
Point of Contact
Marie E. Williams<br />
 
E-Mail Address
Purchasing Agent
(marie.williams3@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announces constitutes the only solicitation; request for quotes are being requested and the schedule of supplies is attached. Reference quote number VA 248-09-RQ-0437. This announcement incorporates provisions and clauses in effect through FAC 2005-32, Effective 31 Mar 2009 Applicable NAICS Code is 561621 and the size standard is 12.5M. The government anticipates on award of a firm fixed price award as a result of this action. IAW with public Law 109-461, this procurement is set aside for SDVOSB (Service Disabled Veteran Owned Small Business). The anticipated award date will be no later than 30 June 2009. If there are no acceptable offers from SDVOSB, procurement will be re-solicited as a VOSB (Veteran Owned Small Business) set aside. The government may elect to make multiple awards under this solicitation. The following clauses and provisions are applicable: FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). The full text of these clauses is available at http://www.acquisition.gov/. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by 1600 hours (4:00pm) Day Light Saving Time, 30 May 2009. No telephonic request for information will be entertained. All responses to questions will be posted by way of amendment to this combines synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.williams3@va.gov or teresa.hillegas@va.gov. 1. PROPOSAL SUBMISSION REQUIREMENTS: Proposal and price quote shall be submitted on 30 June, 2009, by 4pm Eastern Daylight Savings Time to the attention of: Marie E. Williams Procurement Business Division (90C) 5201 Raymond Street Orlando, Fl 32803-8208 Via electronic transmission to marie.williams3@va.gov Offerors submission shall include completed offerors Reps and Certs IAW FAR 52.212-3 to include Tax Identification (TIN) and DUNNS number. Proposal shall include a technical and management solution, price quote and 3 references. 2. SCOPE OF WORK The Contractor shall provide all management, supervision, personnel, services, materials, supplies, facilities, transportation, and general and specialized equipment necessary to provide test, and documentation for quarterly, semi-annual and annual inspection and testing of Fire Alarm and Water-Based Fire Protection Systems at the Orlando VA Medical Center and the Viera Outpatient Clinic locations as described herein and in accordance with the latest edition of NFPA 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. The addresses for the Orlando VA MC locations are Orlando Lakemont campus, 2500 Lakemont Avenue, Orlando FL 32803 and the Orlando VA Medical Center, 5201 Raymond Street, Orlando, FL 32803. The address of the Viera Outpatient Clinic is 2900 Veteran's Way Viera, Fl 32940. Performance period shall be a base period and include, three (3) additional one-year option periods. 3.CONTRACTOR MAINTENANCE AND TESTING SPECIFICATIONS The Contractor shall provide a testing proposal that meets current state of Florida statutes, NFPA 72 standards and Joint Commission on Accreditation of Healthcare Organization (TJC) Safety requirements. The proposal shall be submitted to the Safety Officers at both the Orlando VAMC, Orlando, FL, and the Viera OPC, Viera, FL and shall include a schedule for providing the required services, which shall be approved prior to commencement of work. A. Fire alarm test for all listed VA facilities (see attachment 1 for estimated device listing). B. 100% tests and inspections of all manual pull stations. C. 100% test and inspections of all ceiling and duct smoke detectors and heat detectors. D. Sensitivity tests of all smoke detectors using approved methods, calibrated test instruments and UL-approved testing equipment. E. 100% test and inspection of all indicating appliances (audio and visual). F. Test 100% restorable heat detectors and 20% static test on non-restorable heat detectors. G. 100% test and inspection of all door holder/closer devices H.100% quarterly tests and inspection of the control panels. Services shall include but not limited to testing and confirming that all control, auxiliary supervisory and remote signaling functions are operating as originally designed. I. 100% semi-annual inspections per F.S.4 A-48 and NFPA 72. J. All tests of initiating devices and indicating appliances shall be tested in a manner recognized by the manufacturer and governing authorities. K.All smoke detectors shall be tested using only APPROVED methods and instruments. Unapproved canned smoke, cigarette smoke, open flame, torches, burning rags, etc., which could damage the smoke detector and is NOT recommended by most manufacturers, shall NOT be use. Oil based aerosols shall NOT be used. L. All control equipment to be tested for proper voltages during trouble and alarm conditions. M. 100% of devices on each initiating and signaling zone shall be disconnected to determine proper supervision of wiring. These tests shall NOT be performed at the panel. N. Complete documentation of the results of all inspections shall be provided each day while on site and will be followed by a complete printed report for fire alarm logs. Documentation will be provided on an individual device and point basis. Discrepancies found shall be listed on this documentation. Re-checks or re-tests of the VA-corrected discrepancies shall be made at the next quarterly inspection. O. VA will provide access to all control panels and peripherals. P. Smoke detector cleaning: i. Cleaning of all smoke detectors by use of a vacuum device and/or ozone safe compression air blow-out. ii. Testing of smoke detectors for proper operating after cleaning procedure. iii. Smoke detectors that do not reset after cleaning and testing will be dismantled and cleaned using isopropyl alcohol. iv. Smoke detectors that do not alarm or reset during testing after cleaning procedure will be documented and recommended for replacement. v. Smoke detector cleaning to be performed during scheduled test and inspection. Q.The four (4) quarterly control panel inspections will be provided in order to comply with TJC requirements and must be documented per those requirements. R. NFPA 10 (extinguishers) - annual inspection of all extinguishers (ABC,ANSUL, CO, and Halon). 4.ANNUAL MAINTENANCE A.Peripherals to be test per NFPA 72 are defined as follows: smoke detectors, duct smoke detectors, heat detectors, audible devices, visual devices, pull stations, zone adapter modules, and control modules. B.Fire alarm systems control panel components to test/inspect per NFPA 72 are as follows: main control panel or central processing unit, annunciator panels, status command centers, and video display terminals and keyboard transponders. C.All the aforementioned tests and inspections will be fully documented in an easily legible format. Three (3) copies will be provided, as well as kept on file at the contractor's service center office and shall be archived for a period no less than five (5) years and forwarded upon request. D.Contractor shall provide any specialized equipment such as ladders, extension ladders, man lifts, etc., to allow their staff to access to devices, etc. E.Contracted staff shall check-in with the FMS office (Bldg. 3132 - Orlando location and Bldg 2900 - Viera location) to obtain contractor badges. F.Contracted staff shall begin and end daily work schedules at engineering office (Bldg. 3132 - Orlando location and Bldg 2900 - Viera location) to offer proposed work and summation of accomplishments daily. G.All site visits are to be scheduled through engineering (407-599-1364 - Orlando, 321-637-3685 Viera) with at least a 48-hour prior notification. 5.VA REQUIRMENTS A. During all on-site calls, it is VA responsibility to provide free and ready access to all equipment. B. Replacement cost of peripheral devices and control panel components are to be paid by VA. 6.BUILDINGS Fire Alarm The Lakemont campus currently consists of one building with a fire alarm system. The Orlando VA Medical Center consists of 15 (fifteen) buildings with fire alarm systems: Building 501 = Warehouse, Building 502 = Boiler + Generator, Building 503 = Nursing Home, Building 504 = Outpatient Clinic, Buildings 519, 519A, 520, 521, 522 = Domiciliary, Building 3126 = EMS Offices, Building 3128 = Dom Offices, Building 3129 = Nursing administration, Building 3132 = FMS Offices, Building 3133 = Carpenter Shops, and Building 3134 = Electric/HVAC Shops. The Viera OPC currently consists of one building located at 2900 Veteran's Way Viera, FL 32940. Fire Sprinkler The Lakemont Campus currently consists of one building with a fire sprinkler system. The Orlando VA Medical Center consists of ten (10) buildings with fire sprinkler systems: Building 500 = Main Clinic, Building 501 = Warehouse, Building 502 = Boiler + Generator, Building 503 = Nursing Home, Building 504 = Outpatient Clinic, Buildings 519, 519A, 520, 521, and 522 = Domiciliary. This work also includes the proper inspection and testing of all fire hydrants and PIV valves. The Viera OPC currently consists of one building located at 2900 Veteran's Way Viera, FL 32940. This work also includes the proper inspection and testing of all fire hydrants and PIV valves. Fire Extinguishers NFPA 10 (extinguishers) - annual inspection of all extinguishers (ABC, ANSUL, CO, and Halon). 7.SPECIFIC DESCRIPTION Upon completion of each inspection and/or testing, Contractor shall complete Report of Inspection and Testing, and provide documentation to the appropriate VA Safety Office: Orlando (Main Campus Bldg. 3130) and Engineering (Main Campus Bldg. 3132) Viera Daniel Laporta at 321-637-3788 and Engineering Melisse Dumont at 321-637-3685. Contractor shall also tag systems which are found to be defective, in need of corrective action, or are in violation of NFPA Standards. Contractor shall immediately notify the appropriate VA Safety Office and Engineering of all items needing maintenance, repairs, replacement or additions which, in the judgment of the Contractor, may be necessary and reasonable to insure the highest degree of protection in accordance with NFPA 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. The Government shall be responsible for the performance of corrective action. For activities that are to be conducted more frequently than the requirements of this contract (i.e., weekly), Contractor shall provide training to VA personnel on proper procedures and documentation to allow the Government to conduct activities in accordance with NFPA 72 for fire alarms, NFPA 25 for Water-Based Fire Protection Systems, NFPA 13 for sprinklers, and 24/7 monitoring. 8.SPECIAL CONDITIONS AFFECTING PROJECT Contractor shall provide a schedule of specific dates for the monthly, quarterly, semi-annual and annual inspections and testing of entire Fire Alarm System and Water-Based Fire Protection System in above mentioned buildings. Schedule must be submitted 7 calendar days after contract award notification and prior to performing contract work. Contractor must contact the appropriate VA Safety Office and Engineering at least seven (7) calendar days in advance of performing test procedures. 9.EXAMINATION OF PREMISES Drawings showing the Fire Alarm and Fire Sprinkler Systems (number and location of devices) may be obtained by contacting Orlando VAMC Facilities Management Service (FMS) at 407-629-1599 Ext 1364 - Orlando location and Melisse Dumont with engineering at 321-637-3685 - Viera location. Inspection of all of the buildings and sites is recommended. At Orlando VAMC, offerors are requested to contact FMS at 407-629-1599 Ext 1364. At Viera OPC, offerors are requested to contact Melisse Dumont with engineering at 321-637-3685. 10.CLEANUP Contractor shall, at all times, keep the work area free from accumulations of waste materials. On a daily basis, the Contractor will remove from the work premises any rubbish, tools, equipment and materials that are not property of the Government. Disposal of all materials, equipment and construction debris shall be in accordance with all local regulations at the Contractor's expense. 11.INSURANCE The Contractor shall procure and maintain insurance coverage as required by all federal, state and local laws for this type activity and shall make certification available upon request by Contracting Officer (CO) and/or designated representative. Submission of Certificate of Insurance shall be provided within 10 working days after award date. 12.HOURS OF WORK Most work required in the performance of this contract shall be performed during the site's regular administrative working hours (7:30 a.m. to 4:30 p.m.,) Monday through Friday, excluding Federal Holidays. However, work that may interfere with clinical activities, includes the sounding of alarms, strobes, etc. shall be scheduled after normal hours or on weekends, as needed. At the Orlando VAMC, the contractor's representative shall sign in and out with FMS at Building 3132, and shall have all paperwork signed off by the Safety Office staff.. At the Viera OPC, the contractor's representative shall sign in and out with Viera OPC front desk building 2900, and shall have all paperwork signed off by Safety, Daniel Laporta at 321-637-3788. Federal Holidays observed are: New Years DayLabor Day Martin Luther King's BirthdayColumbus Day President's BirthdayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day 13.CONTRACTOR RESPONSIBILITY The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her or his/her employees fault or negligence. The contractor shall maintain personal liability and property damage insurance prescribed by the laws of the state of Florida. Copies of all policies must be presented to the CO prior to commencement of work. 14. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT a. Contractor shall have an established business, with an office and full time staff. The staff includes "fully qualified" Service Representatives capable of performing the requirements of this contract within the response time(s) indicated. b. Fully Qualified is based upon training and on experience in the field. For training, the Service Representatives successfully have completed a formalized training program for the equipment identified herein. For field experience, the FSE(s) has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance of the equipment included herein. The FSE(s) shall be authorized by the contractor to perform maintenance services. All work shall be performed by "fully qualified" competent FSE(s). c. The contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the contractor services at the VA. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer's Technical Representative (COTR) specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. Subcontracting of any ensuing award of a future solicitation will not be allowed without written permission of the CO. ATTACHMENT 1 - Orlando Location BuildingItemQtyBuildingItemQty B-501 B-3128 Pull Stations 6 Pull Stations 2 Smoke/Heat Detectors 48 Smoke/Heat Detectors 11 Duct Detectors 3 Duct Detectors 1 Audio/Visual 22 Audio/Visual 7 FACP1 FACP1 Total80 Total22 BuildingItemQty B-502 BuildingItemQty Pull Stations 6B-3129 Smoke/Heat Detectors 22 Pull Stations 2 Duct Detectors 0 Smoke/Heat Detectors 11 Audio/Visual 12 Duct Detectors 1 FACP1 Audio/Visual 5 Total41 FACP1 Total20 BuildingItemQty B-503 Pull Stations 16 Smoke/Heat Detectors 6362/1BuildingItemQty Duct Detectors 13B-3132 Audio/Visual 25 Pull Stations 2 FACP1 Smoke/Heat Detectors 12 Doors4 Duct Detectors 1 Total122 Audio/Visual 4 FACP1 BuildingItemQty Total20 B-504 Pull Stations 9 Smoke/Heat Detectors 30 Duct Detectors 8BuildingItemQty Audio/Visual 18B-3133 Visual9 Pull Stations 3 FACP1 Smoke/Heat Detectors 10 Total75 Duct Detectors 1 Audio/Visual 8 FACP1 BuildingItemQty Total23 B-519, 519A, 520, 521, 522 Pull Stations 13 Smoke/Heat Detectors 98 Duct Detectors 1BuildingItemQty Heat Detectors2B-3134 Audio Visual34 Pull Stations 4 Visual18 Smoke/Heat Detectors 11 Ion Detector1 Duct Detectors 1 FACP1 Audio/Visual 7 Total168 FACP1 Total24 BuildingItemQty B-3126 Pull Stations 3BuildingItemQty Smoke/Heat Detectors 23Lakemont Duct Detectors 1 Sprinkler Heads550 Audio/Visual 7 Pull Stations18 FACP1 Smoke Detectors20 Total35 Duct Detectors17 Strobes82 Fire Alarm Control Panel1 Remote Annunciator1 Total689 Viera Location: BuildingItemQty Pull Stations 20 Smoke/Heat Detectors 56 Duct Detectors 35 Audio/Visual 192 FACP1 Chrome recessed Pendent fire sprinkler1,029 Brass upright fire sprinkler (loading dock)12 Tampers12 Total1,357 12 Total1,357 Solicitation: Combined Synopsis/Solicitation: VA-248-09-RQ-0437 (Fire Alarm Systems Testing & Inspection) In response to the above solicitation, the following answers to questions are given: 1. (Q) Who is the incumbent for these services? (A) There is no current contract at this time. 2. (Q) What type of system is currently in place? (A) Orlando - ADT/Simplistic; Viera 3. (Q) Since the RFP was issued 6 Jun 09, will the RFI be extended beyond 19 May 09? (A) This is a combined Synopsis/Solicitation. No extension is anticipated at this time. 4. (Q) Is this posted on your web site or is something you can E-mail? (A) The Combined Synopsis/Solicitation is posted on FBO.gov. An attachment will be provided to clarify requirements. 5. (Q) Will a SF 1442 or 1449 be issued for this solicitation? (A) This is a combined Synopsis/Solicitation. No paper RFQ will be provided. 6. (Q) Will a bid schedule be provided for this solicitation, or will the contractor be required to develop a bid schedule based on the combined solicitation/synopsis information? (A) A bid schedule is attached. 7. (Q) Will the price schedule include the base period and (3) additional one-year option periods? (A) Yes 8. (Q) Will the bid schedule be broken down by item number, or year firm fixed price? (A) No. This is a firm fixed price contract. This cost shall be broken down by location (Orlando & Viera). Each location will be quoted "all or none". 9. (Q) What are the addresses of the buildings that are going out for bid? I see there are four locations but when I spoke with the person out of Orlando last week he said there are 5 building at his location. (A) The buildings are listed in the statement of work. 10. (Q) Who are the contact names/numbers of the people at each building that I need to see? Is there scheduled walkthrough so we can get device counts, etc? I spoke with someone last week and they were kind of confused as to why I am calling. I want to make sure I am following procedures correctly. The scheduled walk through is scheduled as follows: Orlando VA Hospital: Bldg. 3130 (modular building by FMS) in the Conf. Room at 9:30 AM 6/17/2009. (5201 Raymond Street Orlando Fl 32803); Viera location: Viera at 9:30 AM on Thursday, 6/18/2009. (2900 Veterans Way, Viera Florida 32940) The contracting officer or designated person is the person to contact. The information is posted on www.fbo.gov. 11. (Q) For the Viera Clinic, how many wet systems; are there any dry systems; any deluge systems? (A) Viera is an all wet system. 12. (Q) For the Viera Clinic, are there printers assigned to the fire alarm control panel? (A) Yes 13. (Q) For the Viera clinic, When was the last schedule of the yearly building inspection? (A) Extinguishers - May, Sprinklers - June, FACP - October, Hydrants - December. 14. (Q) For the Viera clinic, How many hydrants are there in the facility? (A) There are 8 fire hydrants. 15. (Q) Will fire backflows be part of the inspection? (A) Yes, fire backflows will be part of the inspections. Bid Schedule Fire Alarm Inspection Orlando Location: MONTHLY COSTYEARLY COST Base Year12 months$______________ $_____________ Option 112 months$______________ $_____________ Option 212 months$______________ $_____________ Option 312 months$______________ $_____________ Sub Total$______________ $_____________ Viera Location: Base Year12 months$______________ $_____________ Option 112 months$______________ $_____________ Option 212 months$______________ $_____________ Option 312 months$______________ $_____________ Sub Total$______________ $_____________ Grand Total$______________ $_____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA-248-09-RQ-0437/listing.html)
 
Place of Performance
Address: 5201 Raymond Street;Orlando, Fl;.;.;.<br />
Zip Code: 32801<br />
 
Record
SN01852010-W 20090624/090622235349-8e794bce1b885d42dd2b92e61297c3a6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.