Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
AWARD

42 -- Annual Fire Suppression System Inspection & Maintenance

Notice Date
3/31/2011
 
Notice Type
Award Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Archive Date
4/12/2011
 
Point of Contact
James S Parr, Phone: 406-363-9207
 
E-Mail Address
parrj@mail.nih.gov
(parrj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Award Number
HHSN292201100053P
 
Award Date
3/28/2011
 
Awardee
Sterling Bank Services, 2409 Dearborn Ave.<br />, Suite G, Missoula, Montana 59801-7586, United States
 
Award Amount
10090
 
Line Number
CLIN #1
 
Description
Inspection & Maintenance of Fire Protection System 1) BACKGROUND INFORMATION The Rocky Mountain Laboratories (RML), through this procurement, intends to award a Firm-Fixed Price (FFP) order for a one time inspection service in support of the Government owned Fire Protection Systems specified herein. The focus is to provide support to the Maintenance Section function in its critical role of providing building support services to laboratories and their supporting facilities. This Statement of Work describes the requirements for the RML located at 903 South 4th Street, Hamilton, Montana. 2) PURPOSE AND OBJECTIVES OF THE ACQUISITION The Vendor shall provide all tools, equipment, personnel, transportation and all other services necessary to support the Government owned fire protection systems, which include the fire alarm system and automatic fire sprinkler systems as defined below. The vendor shall inspect the systems to determine whether they are in service and in satisfactory condition in accordance with National Fire Protection Association (NFPA) standards. 3) CONTRACTOR REQUIREMENTS: Independently, and not as an agent of the Government, the vendor shall: A) Provide all necessary trained and qualified personnel, labor, equipment and calibration instruments to perform preventive maintenance and inspections for the Government-owned Fire Protection Systems specified herein. The systems include fire alarm systems and sprinklers and all peripherals associated with these systems including, but not limited to: smoke and heat detectors, pull stations, OSY valves, flow switches, back flow preventers, tamper switches, communications devices and all other monitoring, initiating and signaling devices. The fire alarm systems and sprinkler systems are located in various buildings throughout the RML campus. All work shall be performed during the confines of the established Federal Government core hours, Monday through Friday, 7:30 AM to 5:00 pm with the exception of Federal Holidays. Hours of work may extend beyond regular working hours to support special projects and program activities. The vendor shall comply with all current Federal, State and Local safety and health requirements that apply to the type of work being performed under this order. It is the vendor's responsibility to keep the work area neat and clean, with all-waste material, trash, and debris deposited in waste containers furnished by the Government. All Government documentation, files, and records remain the property of the Government. 1) FIRE ALARM SYSTEMS a) Inspections: The vendor shall inspect to ensure that the systems, in their entirety, are operating at their optimum. Major repairs and replacement of parts necessitated as a result of these inspections shall be performed under a separate request, and are not included in this requirement, however minor repairs are as detailed in paragraph 2. The vendor shall make all inspections in accordance with the manufacture's standard practice, instructions and NFPA 72: National Fire Alarm Code. Page 2 of 3 b) Testing: The vendor shall perform all tests as required by either the manufacturer or contained in NFPA 72: National Fire Alarm Code, i.e. pull stations, heat and smoke detectors, signaling circuits and all other initiating, signaling and monitoring devices requiring testing. 2) SPRINKLER SYSTEMS a) The vendor shall provide all necessary trained and qualified personnel, labor, and equipment to inspect, and test the fixed automatic fire sprinkler systems and equipment located in RML Buildings in accordance with NFPA 25: Inspection, Testing & Maintenance of Water Based Fire Protection Systems. The required services are described in the specification. These services will cover sprinkler system components defined as follows: The sprinkler Water flow switches Main riser Tamper switches Standpipe riser Pressure switches Drain valves Sprinkler heads OSY valves Spare head stock Glycol systems There are two types of repairs classified for sprinkler systems: Major and Minor. Minor repairs are repairing/replacing automatic heads, tamper switches, water flow switches, and pressure switches and drain valves. These are all considered minor repairs and shall be performed at no additional cost to the Government. Major repairs are include the main riser, branch lines, trim and fittings, fire hose valves, back flow assemblies, and dry pipes. Major repairs shall be accomplished under a separate purchase order and are not a part of this requirement. B) PERSONNEL All vendor personnel assigned to the performance of this order shall be trained and qualified Fire Alarm Technicians for no less than 3 years. The offeror shall include in their proposal, proof of training/qualifications of personnel that will be used to perform the services specified herein. C) PAST PERFORMANCE The offeror shall include in their proposal, the names and telephone numbers of at least three (3) prior customers for whom they have performed the type of services specified herein. The dates of performance shall also be included. 4) CONTRACTOR FURNISHED ITEMS The vendor shall provide all tools, equipment, [including ladders or man-lifts] and all safety related items to enable performance of all tasks on this order. 5) GOVERNMENT FURNISHED MATERIALS RML will have responsibility for all equipment that is not designated for vendor operation and maintenance. RML reserves the right to service any and all equipment deemed necessary for requirements' accomplishment by the Project Officer. Page 3 of 3 6) REPORTING REQUIREMENTS AND DELIVERABLES Vendor is responsible for completing tasks and submitting a written report to the Contracting Officer with a copy to the Project Officer detailing the nature of all work performed under this order, indicating findings and corrective action recommended. Based on work being completed in May, the vendor shall submit a written report to the Contracting Officer no later than June 30th and prior to billing. The report shall contain in summary and in detail the tests completed and their results. SERVICE MAINTENANCE LOGS Vendor shall update the log on each unit maintained and serviced. The log shall identify the unit by building number, date the inspection was accomplished, nature of the work performed, completeness of work, and any other information pertaining to the unit, including identifying all deficiencies that may require further service or repair that would be outside the scope of work of this order. The log shall be signed by the mechanic/technician who performed the work. 7) INSPECTION AND ACCEPTANCE: A) All work will be inspected and approved by the Contracting Officer's Representative, Bryan Kercher, Engineering Technician at RML, at the completion of the job. B) All work will be completed in accordance with industry standards and NFPA 72: National Fire Alarm Code. RML Fire Protection System Inventory Building(s) Armco 1&2 Bldg 12 Bldgs 13/ 13B/ 22 Bldg 15 Bldg 23 Bldg 25 Bldg 26 Bldg 27 Bldg 28 Bldg 29 Bldg 30 Bldg 31 Bldg 32 HD1/ HD2/ HD3 Quad (Bldgs A,1,2, 3,5,6) Bldgs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/Awards/HHSN292201100053P.html)
 
Record
SN02414570-W 20110402/110331235036-844480bd13475c18d2f9c6d2f3e1a0f6 (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  © 1994-2020, Loren Data Corp.