Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOURCES SOUGHT

H -- Annual Fire Sprinkler/Extinguisher/Kitchen Hood Inspections (SAVAHCS)

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25819Q0093
 
Archive Date
3/11/2019
 
Point of Contact
michael.williams48@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22 Gilbert is seeking a qualified vendor to provide Fire Suppression, Sprinkler, and Extinguisher Testing and Inspection Services for the Southern Arizona VA Healthcare System s (SAVAHCS) main facility at 3601 S. 6th Avenue in Tucson, Arizona. The contractor shall provide all labor, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement. DRAFT STATEMENT OF WORK DRAFT Fire Suppression, Sprinkler, Kitchen Hood, and Extinguishing Systems Testing and Inspection SOUTHERN ARIZONA VA HEALTH CARE SYSTEM (SAVAHCS) 1. GENERAL General: This is a non-personal services contract to provide Fire Extinguisher, Kitchen Fire Suppression, Fire Sprinkler Systems Testing, Inspection, and Maintenance services.. The Government shall not exercise any supervision or control over the service providers providing the services described herein. Description of Services/Introduction: The Contractor shall provide all personnel, transportation, equipment, supplies, facilities, supervision, other items and non-personal services necessary to perform fire suppression and sprinkler system testing and inspection as defined in this Statement of Work. Physical Security: The Contractor shall be responsible for safeguarding all government equipment, information and property provided to Contractor personnel while performing the services described herein. Period of Performance: Base plus 4 Option Year Contract: March 1, 2019 September 30, 2023. Type of Contract: The government will award a firm fixed-priced contract. Service Contract Act: The Service Contract Act applies to this contract. Current Service Contract Act Wage Determinations for the service areas will be attached to the contract. Employees performing under this contract must be paid at least the pay and fringe benefits described therein. Contracting Officer Representative (COR): The COR will be identified by a separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. A letter of designation issued to the COR, a copy of which will be provided to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity, or quality of performance in this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modification in writing from the Contracting Officer to the Contactor. All kitchen hood services shall be completed during normal business day between the hours of 3 PM and 8 PM. All other work shall be during normal business day hours of 8 AM to 4:30 PM. 1.9 Invoices: Invoices are to be submitted electronically; quarterly, upon completion of the services that are performed, or upon completion of non-scheduled services. Electronic invoices can be submitted at http://www.tungsten-network.com/us/en/veterans-affairs/. Invoices must include the IFCAP obligation number (Finance Purchase Order Number) that is provided on the contract in order to ensure timely payment. The COR is responsible for acceptance of services and/or the processing of receiving reports for the services provided to the government. 1.10. Cleanup. The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish shall be removed. 1.11. Special Tools. The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustment, calibrating and other work as required for the performance of this Contract. 1.12. Over and Above Repair. Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). 1.13. Contractor Employees. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. 1.14. Escort and SAVAHCS Check-In. All Contractor personnel working on-site at the SAVAHCS facility shall check in and out at the Safety Office, Building 5, Room 204. Check-in procedures require receiving a temporary badge and completing the necessary information on the vendor sign-in sheet. Access to work areas and performance monitoring will be provided by Facilities personnel. BACKGROUND The Southern Arizona VA Health Care System is comprised of numerous buildings on campus that require Fire Suppression, Sprinkler,and Extinguishing Systems testing and inspection and support. Geographically, the facilities are located on the SAVAHCS grounds, within the Tucson, Arizona city limits. SAVAHCS requires a single Contractor with the ability to perform fire suppression, sprinkler and extinguishing systems testing and inspection services for all devices across the campus and its fire suppression-related systems as defined in this statement of work. The Contractor must be able to provide database management of all testing and inspections, as required. Likewise, the ability to produce comprehensive printed and electronic reports of all data is required of the same contractor for the campus and its fire suppression-related systems. CONTRACTOR QUALIFICATIONS Technician/Dealer/Contractor Certifications: The Contractor must be qualified and experienced in accordance with NFP-25 requirements. The Contractor must be able to perform all duties defined within this scope on Fire Suppression and Sprinkler Systems identified in Section 2. Certifications for inspecting and testing water based fire protection systems must be submitted as part of the original proposal and annually thereafter. The requirement for proof of certifications will apply to all sub-contractors. The Contractor must, at a minimum, inspect and test all devices in the fire suppression-related systems identified in this Statement of Work without the support of sub-contractors. 3.1 Safety and PPE equipment must be provided for each Contractor employee by the Contractor. TASK SPECIFICATIONS Fire Suppression and Sprinkler System Inspection and Testing (IT): Contractor must be able to test and inspect 100% of all system devices defined in this Statement of Work in accordance with National Fire Protection Association (NFPA) and Joint Commission (JC) and provide these services for the following locations in Southern Arizona VA Health Care System (SAVAHCS) facilities listed below. Inspection & Testing Schedules: Contractor must be able to provide services according to the following schedule following a frequency of annual (A), semi-annual (S), and quarterly (Q): LINE ITEM SERVICE FREQ. (A, S, Q) QTY 001 Annual Portable Fire Extinguisher Inspection Includes inspection of designated place, evaluate visibility, access and obstructions. Verify that the pressure gauge reading is in the operable range. Remove extinguisher from bracket, check the cylinder for damage, and fluff extinguisher. Evaluate if the Extinguisher is the proper classification for the hazard. Determine the next service date of the cylinder (to include 6-year teardown or Hydro testing) by manufacture date or by service tags. Deficiencies will be noted and review with the COR when the inspection is complete. Compliant units will be re-certified and a new color-coded tag will be installed to be utilized for monthlies. NFPA 10 A 625 002 Annual Fire Sprinkler System Inspection (Main Drain Flow Test) All control valves will be exercised and sealed. Water pressure will be recorded including residual pressure during a main drain flow test. All inspectors test valves will be exercised and water flow alarms will be confirmed. The fire sprinkler riser will be inspected for signage, valve positions, disposition of gauges and a stocked spare sprinkler head box. All visible distribution piping will be inspected for corrosion, proper bracing, and sprinkler heads will be visibly inspected for discharge blockage and foreign material. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 A 33 units 003 Semi Annual Fire Sprinkler System Inspection All control valves will be exercised and sealed. Water pressure will be recorded. All inspectors test valves will be exercised and water flow alarms will be confirmed. The fire sprinkler riser will be inspected for signage, valve positions and a stocked spare sprinkler head box. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 S 128 units 004 Five Year Fire Sprinkler System Internal Inspection At several locations on each riser, the pipe will be disconnected and inspected for internal obstructions. A sample of water is taken before the inspection takes place. Certain internal conditions will mandate further lab testing of the water samples to identify the source of the obstructions. Findings will be included on a final report based on the NFPA requirements detailing the results of the test and will be delivered and reviewed with the COR in timely manner. Risers will be tagged to identify the date the test was made. NFPA 25 5-Year 33 units 005 Semi-Annual Kitchen Hood System Inspection Kitchen hood detection and suppression systems have preventative maintenance performed on a semi-annual basis. A visual inspection of the system is done looking for proper coverage of the nozzles, making sure that they are spaced properly for the current set up, verifying that there are no obstructions to the flow of agent at release, and checking the agent distribution piping for damage or corrosion. Agent tanks are inspected for agent quantity and checked for required internal work (hydrostatic test) date. System control panel is inspected and maintained for proper set up and functionality. The detection system is then checked for proper operation and all fusible links are replaced on a semi-annual basis. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 96 S 7 units 006 CORE Certified Semi-Annual Kitchen Hood System Inspection CaptiveAire Kitchen hood systems are Required to be inspected only by a CaptiveAire CORE Certified fire suppression contractor. All Semi-Annual inspections will be completed based on CaptiveAire inspection guidelines and will meet all NFPA 96 testing and inspection requirements. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. S 2 units 007 Fire Hydrant Test and Inspection Fire hydrant will be visually inspected for proper components and general operating condition. The valve will be fully exercised and flow test will be performed. Flow readings will be taken and recorded and a hydrant flow test will be calculated using a pitot pressure gauge and the results will be noted. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 and 291 Note: 25% of the total shall be tested and inspected on a quarterly basis. A 29 units 008 Quarterly Fire Department Connection Inspection All building fire department connections will be visually inspected to quarterly to verify the following: The fire department connections are visible and accessible. Couplings or swivels are not damaged and rotate smoothly. Plugs or caps are in place and undamaged. Gaskets are in place and in good condition. Identification signs are in place. The check valve is not leaking. The automatic drain valve is in place and operating properly. The fire department connection clapper(s) is in place and operating properly. Interior of the connection is inspected for obstructions. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 Q 33 units 009 Inspection of Rolling Fire Windows and Sliding Fire Doors IAW NFPA-80, Current Edition, A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. A 3 units 010 Perform 6/12-year fire extinguisher hydrostatic testing and inspection IAW NFPA-10 A 55 units 011 Perform Kitchen Hood cleanings IAW NFPA-96. 2 Main kitchen hoods and 1 mobile kitchen trailer hood - Quarterly. 1 Main kitchen front line hood Semi-Annual. 2 kitchenette hoods - Annually. NFPA 96 Q, S, A 6 units Fire Suppression Contractor shall provide 100% Inspection and Testing services for the following fire suppression devices. Approximate current types of devices are listed below. Devices change periodically as devices are placed in and out of service: Heads Dry Systems Wet Systems Fire Hydrants Valve Tamper devices Risers/Drains Water Flow devices DELIVERABLES: Documentation Requirements due to the VA within five (5) business days after each inspection and testing cycle. A Sample format must be submitted as part of the original proposal. Deficiency Reports NFPA 25 Documentation Report of Sprinkler Inspections Quarterly System Inventory Hydrant Testing and Inspection Report Contractor will provide an electronic copy of each deliverable addressed above. GOVERNMENT REQUIREMENTS All Contractor employees dispatched to or working at any of the VA sites identified herein must obtain and wear a VA issued badge while performing services. VA badges are to be obtained through coordination with the COR. Information Security The Contractor will not have access to the VA information system or access to government computers to access online resources while in the performance of services of the contract. The Contractor will not have access to Protected Health Information (PHI) while in the performance of services of the contract. In the event any confidential data is encountered, the Contractor will act accordingly with the conditions set forth in the Privacy Act. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. 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. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541350 ($7.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85723 or by e-mail to Michael.williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Mountain Time on January 18, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25819Q0093/listing.html)
 
Place of Performance
Address: The Southern VA Healthcare System (SAVAHCS);3601 S. 6th Avenue;Tucson, AZ
Zip Code: AZ
Country: USA
 
Record
SN05191583-F 20190112/190110230019 (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.