Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

J -- Fire Suppression System Maintenance VA Southern Nevada Healthcare System - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
 
ZIP Code
93721
 
Solicitation Number
VA26117Q0166
 
Response Due
12/20/2016
 
Archive Date
2/18/2017
 
Point of Contact
Parvinder Brar
 
E-Mail Address
5-6100
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 561621, Security Systems Services (except Locksmiths), and the small business size standard is $20.5M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services The VA Medical Center, 6900 North Pecos Road, North Las Vegas, NV 89086 has a requirement for a service contract to provide testing and maintenance of all facilities fire and life safety systems by a Certified Engineering Systems Technology (EST) Fire Alarm Technician. This contract shall cover buildings 1, 2, 3, 4, 5, 6, 7 and Fisher House. The contractor shall be responsible for implementing and maintaining the following systems/items: (One Time) Inventory and Labeling of all Fire Suppression and Alarm Devices Semi Annual Kitchen Hood Inspections Semi Annual Clean Agent Inspection Quarterly Fire Alarm Inspections Quarterly Suppression Inspections Annual Fire Alarm Testing Annual Suppression System Testing Emergency Repair Work, Alarm or Sprinkler Systems   Annual Fire Pump Test   Annual Fire Hydrant Service Annual & Five Year Standpipe Testing Main Drain Testing As required by the most recent versions of National Fire Protection Association (NFPA) Code Standards; NFPA 10, NFPA 25, NFPA 72, NFPA 80, NFPA 96 and NFPA 2001. These services are to be accomplished by the contractor during preventive maintenance checks, service checks and/or inspections, testing, and maintenance. Any components of the water-based fire suppression system, kitchen fire suppression system, clean agent fire suppression system, and notification systems found by the contractor not to be in compliance with the design or operation as required by the manufacturer or NFPA standards shall be repaired and or replaced within a 12-hour period. The maintenance of the fire alarm/suppression system includes but is not limited to the contractor performing: Test and calibrate alarm sensors, such as flame and smoke detectors per the manufacturer specifications. This including cleaning the smoke detectors at least once a year. Simulate inputs and test the annunciating devices. Check the battery for corrosion and expiration date, and then take appropriate action, if necessary, including replacement of the battery. Ensure gauges are recalibrated or replaced when due. The contractor shall provide complete documentation of all inspection, testing, and maintenance reports. These reports will be computer generated through a program, such as Building Reports.com or equivalent and the reports will meet all the requirements prescribed per the NFPA code for the specific items being serviced. The report will contain each specific device, the results of all inspection, testing, and maintenance actions and recommended repairs to bring the system to compliance with NFPA codes. Documentation shall also include information on how and when discrepancies were corrected. The reports shall be in NFPA 72, inspection, testing and maintenance test report format. The soft copy of the report shall be in searchable.pdf format. The contractor shall provide report in a searchable.pdf format Maintenance, service, and inspection will consist of all internal inspection requirements as stated herein in paragraph III, in accordance with NFPA 10, NFPA 25, NFPA 72, NFPA 80, NFPA 96, and NFPA 2001 to include weekly, monthly, quarterly, yearly, or intervals required as per NFPA (with the exception of the weekly and monthly fire pump tests which will be conducted by Central Energy Plant personnel). The total square footage for buildings 1, 2, 3, 4, 5, 6, 7 and Fisher House is approximately 1.2 million square feet. Each facility contains 100% coverage by a sprinkler system. Contractor shall complete a baseline inventory of all systems and devices, and label them for computer generated reports. The facilities are protected by wet systems, Wand Doors, Fire Shutters, and two clean agent systems. Contractor shall respond to all repairs within 2 hours. Contractor shall maintain, service, and inspect all components of the water based, Alarm System, Wand Doors, Fire Shutters, and clean agent systems including the sprinkler system, and fire notification system as required by NFPA 10, NFPA 25, NFPA 72, NFPA 80, NFPA 96, and NFPA 2001. Contractor must complete all inspections utilizing a device- specific bar code inspection system. Bar codes shall be placed on all Fire, Life Safety and Security devices covered under the contract. Mobile scanning devices shall be used to scan the barcodes and provide verification within the report via a time and date stamp for each Life Safety or Security device inspected or tested. Resulting Inspection Reports must be accessible without proprietary software via a secure online database within 24 hours of inspection completion. Access to reports must be available 24 hours a day, 365 days a year via password protected login. Due to the confidential nature of the inspection data, web reporting servers must be housed in secure co-location facilities, protected against power loss and the data backed up daily. The contract also includes preventative maintenance of Canteen Hood Suppression Systems as specified in NFPA 96 Ventilation Control and Fire Protection of Commercial Cooling Operations at the interval(s) required by the standard such as semi-annual or two services six (6) months apart. All preventative maintenance procedures will be performed in accordance with (IAW) the inspection requirements of NFPA 96. Test methodology will be consistent with NFPA 72 National Fire Alarm Standard, Chapter 10, Inspection, Testing and Maintenance. All preventive maintenance will be coordinated with the Contracting Officer s Representative (COR)/Safety Specialist and scheduling subject to maintenance will require a fourteen (14) day advance notice of when the actual preventive maintenance will be conducted. Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Parvinder Brar by email at: Parvinder.brar@va.gov by close of business December 20, 2016: (a)  Business Size (Large/Small) (b)  Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e)  DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar is scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.           *Failure to provide the information requested above (items (a) (i)) will be considered non-responsive and will not be considered a viable source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26117Q0166/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0166 VA261-17-Q-0166 Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164621&FileName=VA261-17-Q-0166-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164621&FileName=VA261-17-Q-0166-000.docx

 
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: Department of Veterans Affairs;VA Southern Nevada Healthcare System;North Las Vegas VA Medical Center;6900 North Pecos Road;North Las Vegas, NV 89086
Zip Code: 89086
 
Record
SN04352374-W 20161217/161215234058-004b795de5b39f3f4d6834efe4d1422c (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.