Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

H -- Fire Protection Engineering Service

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
ZIP Code
00000
 
Solicitation Number
VA25612Q0770
 
Response Due
4/6/2012
 
Archive Date
5/6/2012
 
Point of Contact
Kever L Swafford
 
E-Mail Address
1-1414<br
 
Small Business Set-Aside
N/A
 
Description
Description 1. Product Service Code: H942 2. NAICS Code: 922160 3. Solicitation Number VA-256-12-Q-0770 Notice Type; Combined Synopsis/ Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 7. This action is being set aside for Service disabled Veteran-Owned small business 8. BID SCHEDULE Quantity Unit Unit Cost 1)Provide Professional Fire Protection Engineering Services to evaluate 2nd Floor Nuclear Medicine waiting area and Domicilliary for compliance with LSC.. 1 JB Unit Price$______ TOTAL COST: $_______________ 9. Scope of Work: STATEMENT OF WORK Fire Protection Engineer Review of Nuclear Medicine Waiting Room and Domiciliary GENERAL REQUIREMENTS Contractor shall provide professional fire protection engineering and code consulting services to evaluate 2nd Floor Nuclear Medicine waiting area and Domiciliary for compliance with the National Fire Protection Association (NFPA) Life Safety Code (LSC). SPECIFIC CONTRACT WORK REQUIREMENTS I.Major items of work 1)Provide professional fire protection engineering and code consulting services to evaluate 2nd Floor Nuclear Medicine waiting area for compliance with the LSC. The Nuclear Medicine waiting area was constructed in 2010 in the egress path of an Exit Enclosure in Building 100 (main hospital building). Should some components of the construction not comply with the prescriptive requirements of the applicable codes, the report will consider if the actual travel distances, rated construction and personnel response training may provide an equivalent level of life safety as evaluated in Chapter 4 of NFPA 101A. 2)Provide professional fire protection engineering and code consulting services to evaluate the Domiciliary. The Domiciliary means of egress, which is an outdoor pathway outside the rooms of a two story building, is not constructed having a 20 minute or 1 hour fire resistance rating. The report will address the compliance status of the construction of the domiciliary egress. Should some components of the construction not comply with the prescriptive requirements of the applicable codes, the report will consider if the actual travel distances, rated construction and personnel response training may provide an equivalent level of life safety as evaluated in Chapter 4 of NFPA 101A. 3)Perform at least one site visit to each location to gather information for preparation of reports. Reports will: i.Be stamped by a professional fire protection engineer. ii.Indicate a level of safety at least equivalent to that prescribed by the Life Safety Code. iii.Provided in a format that can be submitted to the VA Safety and Fire Protection Engineer (10NS) in VA Central Office. II.Location of Work Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston, TX 77030 and the VA Domiciliary, 7329 Fannin Street, Houston, TX 77030. III.Site investigation and conditions affecting the work See FAR 52.236-3 IV.Other Contracts See FAR 52.236-8 V.Accident Prevention See FAR 52.236-13 VI.Work Schedule Work hours: work hours are 8:00 a.m. - 4:30 p.m., weekdays excluding Federal holidays. The Federal holidays are: New Year's DayLabor Day Martin Luther King's BirthdayColumbus Day Presidents DayVeterans Day Memorial DayThanksgiving Independence DayChristmas If a holiday falls on Saturday or Sunday it is observed on Friday or Monday, respectively and no work shall be performed on these days without prior approval. VII.Delivery Schedule The Contractor shall deliver signed reports within 3 weeks after Contractor receives the notice to proceed. VIII.Invoice and Payment Notwithstanding to FAR 52.212-4, invoice shall be billed in arrears, and payment shall be processed upon the receipt of a properly prepared invoice. Payments will be made monthly via EFT (Electronic Fund Transfer) from the VA Financial Service Center. All invoices shall reference both contract number and purchase order number which will be issued by the Contracting Officer. Contractor shall be responsible for ensuring to have a correct purchase order number on the invoices. Invoices without purchase order number or with incorrect purchase order number will be rejected. (End of Statement of Work) COTR: J TRIEBEL X7396 PAYMENTS SHALL BE MADE UPON COMPLETION OF DUTIES PERFORMED AND SHALL BE PAID, IN ARREARS, UPON RECEIPT OF A PROPERLY PREPARED INVOICE.. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (AUG 2009), Offerors Representatives and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (DEC 2009). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (AUG 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-36 Affirmative Action For Workers with Disabilities (JUN 1998) (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (FEB 2009), FAR 52.225-2 Buy American Act-Certificate (FEB 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (FEB 2009), FAR 52.232-33 Payment of Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-18 Availability of Funds (APR 1984) 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (AUG 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting please refer to Solicitation VA-256-12-Q-0770. Point of contact is Kever L. Swafford at 713-794-7218 or via e-mail: kever.swafford@va.gov. Closing date and time for receipt of quote is April 11, 2012. Contractors may fax quotes to (713)794-7869) or mail hard copies to Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston, Texas 77030, Attn: Kever L. Swafford. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov. A formal notice of changes, if applicable will be issued in the FedBizOpps (www.fbo.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 713-791-7218 or via e-mail: kever.swafford@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25612Q0770/listing.html)
 
Record
SN02714258-W 20120406/120404235826-bd59ce3253952eb9dea9989c94d7a05c (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.