Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
DOCUMENT

H -- STATEMENT OF CONDITIONS SURVEY STRATTON VA MEDICAL CENTER-ALBANY, NY - Attachment

Notice Date
1/24/2012
 
Notice Type
Attachment
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
2-90;Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52812R0192
 
Response Due
1/31/2012
 
Archive Date
3/31/2012
 
Point of Contact
Les Lecceardone, Contracting Specialist
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Department of Veterans Affairs (VA) is requesting information from appropriate companies or parties currently capable of contract support in providing a Statement of Conditions follow up survey to identify and address Life Safety Code deficiencies for Stratton VA Medical Center located in Albany, New York. 1. PURPOSE: This notice is part of Government Market Research, a process for obtaining the latest information from industry with respect to their current and near-term abilities. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. 2. OBJECTIVES: Initial market research has indicated many sources are available to fulfill this requirement. This notice is being sent to the public to generate interest and obtain additional information from other companies in fulfilling this requirement. Please contact Les Lecceardone at Les.Lecceardone@va.gov with any information regarding your firm's ability to fulfill this requirement. The following description is provided to assist offerors in determining their interest in providing the requested services. 3. REQUIREMENTS: The Stratton VA Medical Center in Albany New York is a tertiary 1C care facility with 888,000 square feet of space and several out buildings on the campus plus 3 transitional residences for patients in the community. The Statement of Condition (SOC) will assess the facility and it ™s out buildings for compliance with the Life Safety Code 101, 2012 edition. The following will be included in the survey: A. Pre-survey document review: (Upon Notice to proceed) Meet with Facility and Safety staff to perform the following: Review of all existing SOC documentation both electronic and hard copy “ plans, current basic building information (BBI), plan for improvement (PFI), and equivalencies before the field survey. Identify any apparent code violations on the drawings or SOC documentation including exiting, smoke compartmentation, and input on the equivalencies (recent code changes which might impact the need for the equivalencies). Review VA ™s response to any identified any apparent issues and adjust the survey plan, if necessary, to add any required areas of emphasis to the survey. B. Field survey Survey of Buildings 1, 2, 3, 4, 5 and 26, walking all areas of the facility identifying fire code deficiencies with respect to sprinkler placement, fire alarm device placement and fire door rating and operation. Survey will identify any issues with respect to exiting and current occupancy classifications noted in the SOC drawings. Survey includes identification of suites, both any under consideration by the medical center and those identified as needed during the survey (to mitigate observed deficiencies such as items stored in corridors). Survey will include spot checks on every floor of fire and smoke above ceiling inspection. Surveyor will ensure compliance with all Life Safety Code requirements for suites and identify any deficiencies based on the 2012 NFPA 101 Life Safety Code. C. Preparation of survey report and revised SOC drawings: Survey report will include identification of all deficiencies in a format geared to allow easy entry into the ePFI system. Liberal use of photos for identification of deficiencies is expected. Survey report will include drawing files with any recommended changes to the SOC drawings based on the survey findings (such as identification of suites and any changes in occupancy). Surveyor will prepare a new facility SOC for the VA to upload to the eSOC site. Cover letter transmitting the new SOC information will identify all limitations to the new SOC based on the scope of the survey (e.g., certification of fire barrier integrity is limited to the barrier segments actually inspected by the surveyor). Modify architectural drawings provided by the VA to show all fire rated walls from the current SOC drawings which are in a.pdf format. Add other elements to the drawings, such as exit identification, smoke compartment zone identification and smoke compartment sizes which the Joint Commission has indicated it expects to find on the SOC drawings at every facility. Copy of Electronic CAD format on CD of updated SOC drawings identifying the above mentioned information. Hard copy of the updated SOC drawings with correct title block and licensed Fire Safety Engineer (PE) stamp and approval signature form company. D. Not covered under this contract: Survey will not include any examination of fire dampers (the surveyor will check fire dampers where visible (as in mechanical rooms) for proper installation parameters (retaining angles, expansion gaps etc.) but access panels will not be opened to inspect or test the dampers themselves. Survey will not examine sprinkler plans, calculations or coordination of sprinkler zone boundaries with fire alarm zone boundaries. Survey will not examine fire alarm sequence of operation, fire safety plans, zone boundaries or test/maintenance records. Survey will not include a complete above ceiling inspection for every fire and smoke compartment. 4. INSTRUCTIONS TO RESPONDENTS: Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in Section 3 of this announcement. Companies or parties are to use a minimum number of pages to describe in detail the information requested and submit responses in Microsoft Office compatible electronic format. The page limit for responses is 5, 8.5" x 11" double-sided pages, including attachments, and no smaller than size 12 font. Responses must include: A) Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address. B) Overall capabilities as compared against Section 3 Requirements. Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or small business concerns should indicate interest in this acquisition by providing to the Contracting Officer, not later than 7 calendar days of this notice, evidence of its interest to provide this requirement and a positive statement of eligibility as a SDVOSB, VOSB, or small business concern. If adequate responses are not received from SDVOSB, VOSB, or small business concerns, the acquisition may be solicited on an unrestricted basis. Responses to this notice must be in writing; facsimile responses will not be accepted. The North American Industry Classification System (NAICS) Code 541350, Building Inspection Services with a size standard of $7 million applies. Award will be made on the basis of technical acceptability of proposals meeting or exceeding the acceptability standards for non-cost factors, resulting in the best value for the Government. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). All prospective offerors interested in submitting an offer must have a commercial and government entity (CAGE) code. All responsive offerors will be considered by the agency. The entire solicitation will be made available on the Federal Business Opportunities (FBO) Web Site at http://www.fbo.gov. Solicitation release date will be determined. You may download the solicitation and submit your quote electronically via E-mail. Faxed responses will not be accepted. Once the solicitation is posted it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Interested parties should submit their company name, mailing address, point of contact, phone number, e-mail address, and business status to Les Lecceardone at E-mail address Les.Lecceardone@va.gov. Responses to this notice will be accepted within 7 calendar days of publication of this notice and shall be transmitted electronically to Les Lecceardone at E-mail address Les.Lecceardone@va.gov. This Sources Sought notice is not a Request for Proposal (RFP). No Solicitation is being issued at this time. 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. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of Contractor submission of responses or the Government use of such information. 5. DISCUSSIONS: One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industries based on its analysis of the notice responses, the quality of submission, and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this notice based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing a solicitation for respondents. The above information is for source sought only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52812R0192/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-12-R-0192 VA528-12-R-0192_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290538&FileName=VA528-12-R-0192-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290538&FileName=VA528-12-R-0192-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Stratton VA Medical Center;113 Holland Avenue;Albany, New York
Zip Code: 12208-3410
 
Record
SN02659795-W 20120126/120124234214-d4d068a1048aa8e064805e66788a0059 (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.