Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

H -- Fire Alarm Maintenance

Notice Date
1/17/2020 12:17:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0310
 
Response Due
1/29/2020 8:59:59 PM
 
Archive Date
02/03/2020
 
Point of Contact
Ositadima Ndubizuositadima.ndubizu@va.gov
 
E-Mail Address
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Fire Alarm System Inspection Test and Maintenance 1.b. Description: VA San Diego Healthcare System is seeking a contractor to provide inspection, testing and maintenance to the fire alarm detection and annunciation systems. 1.c. Project Location: VA San Diego Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0310. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 238290, Other Building Equipment Contractors 1.g. Small Business Size Standard: $15 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base Year with Four (4) Option Years 1.j. Wage Determination applicable to this project: SCA WD 2015-5635 revision 12 1k. Job walk will be conducted at 1130am PST on Wednesday, January 22nd, 2020. Participants will meet in the main lobby of the VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego CA 92161. Please email ositadima.ndubizu@va.gov to indicate intent to participate. 1.l. Request for Information (RFI) should be submitted via email no later than 1pm PST Friday January 24th, 2020 to Ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA San Diego Healthcare System is seeking a contractor to provide inspection, testing and maintenance to the fire alarm detection and annunciation systems. 2.2. Background. VA San Diego Healthcare System require testing and inspection of the fire alarm detection and annunciation systems by a licensed and certified fire alarm vendor to satisfy local, VA, and TJC requirements. 2.3. Scope. The contractor shall supply all necessary equipment, tools and parts for the replacement, modification and installation of the fire alarm system. The area of responsibility is as follows: The System is located throughout the Medical Center Campus to include but not limited to the following buildings: Building 1 approximately 700,000 sq. Ft., 17 floors to include interstitial spaces in a hazardous environment. SCI Building 11 approximately 75,000 sq. Ft., 5 floors to include interstitial spaces. Building 2 approximately 20,000 sq. Ft. Building 27 approximately 30,000 sq. Ft., 3 Floors MRI Building 14 approximately 3900 sq. Ft. Two parking garages All peripheral buildings with the exception of the VMRF facility. Additional buildings are added through construction projects and will need to be added to the system as necessary. Additional buildings (trailers) are added and removed and will need to be added or removed from the system as necessary. Perform quarterly testing of all fire alarm points and devices at the VASDHS campus. This includes all Fire supervisory, initiating, notification, control and interlock devices in all buildings. These devices shall be tested in accordance with the latest revision of NFPA 25, NFPA 72, NFPA 101 and NFPA 99 guidelines as well as all testing and documentation to meet The Joint Commission (TJC) requirements. In order to perform Quarterly testing the contractor shall provide sufficient manpower to complete all quarterly testing within 3 workdays. Two additional workdays will be allowed for the annual fire alarm notification device testing in February of each year. This manpower to include one individual at the Fire Works Station in Building 2 to monitor and document each device tested. All testing shall be completed per the existing schedule. All testing procedures will be provided 10 workdays in advance and all proposed schedules will be provided 20 days in advance. Some testing may be required to be completed outside of normal working hours to gain access. Elevator testing shall be done on a weekend and shall be coordinated with the VASDHS contracted elevator service company by the fire alarm system contractor. The contractor will provide all labor, tools, materials and equipment necessary to perform testing and inspection on the VASDHS Fire Detection and Annunciation System located at the VA San Diego Medical Center Campus. Programming of the system to add or remove devices due to construction projects should be performed by the fire alarm contractor only. The intent of this is to limit the number of outside contractors from programming the fire alarm system. Provide reports of all testing, inspection and maintenance. All reports must have at a minimum the same information as current reports. All reports must meet NFPA 25, NFPA 72 and NFPA 101 requirements as well as any requirements imposed by an outside auditing agency such as The Joint Commission (TJC), Long Term Care Institute (LTCI), etc. For example: TJC requires a master inventory of all devices (including but not limited to smoke detectors, pull stations, flow detectors, fire pump, Mag Doors releases, AV Devices, etc.) tested, a comparison to the previous report and a justification as to any changes / discrepancies. TJC requires a report indicating each Air Handling Unit (AHU) tested and the result. A generic statement in the quarterly report indicating all were tested will not suffice. These requirements may change after each inspection (or change to the NFPA standards) and reporting changes may be necessary. Reports must include an Excel spreadsheet in similar format and content to current reports. Provide annual training for Central Plant employees on operation of the Fire Alarm system and Fire Alarm Control Panel (FACP) including operation when Fireworks is offline. Central Plant employees have 4 groups requiring 4 training sessions (1 hour each) to cover all groups. Service calls include work above and beyond the annual / quarterly inspection and testing service and additional responsibilities outlined above. Contractor will provide all necessary equipment and tools for replacement and modifications required. Provide a 24 hour / day monitoring service to monitor system for fire alarm activation. Service to include but not limited to all requirements of federal codes, state codes, local codes and NFPA codes and: Immediate notification of local fire department of fire alarm activation Immediate notification of Central Plant of fire alarm initiation Recall fire department upon notification by Central Plant that no emergency exists Notify Central Plant of system trouble or supervisory alerts Perform check-in test of system at beginning of each 8-hour shift Place system in test as required for maintenance Maintain a current list of personnel authorized to place system in test Response time: Prospective bidders shall have technicians available on a 24/7/365 basis and respond to the VASDHS within 1 hour. The determination of the urgency to respond to a fault (trouble, supervisory, monitor, etc.) in the system will be determined by the COR. Maintain a stock of spare parts on hand to perform all repairs to the Fire Alarm system within 24 hours. Provide materials, parts and supplies for periodic replacement of consumables such as batteries. TJC surveys VA San Diego hospital every three years. TJC arrives without prior notice. Contractor will have a technician onsite for four days of the survey to respond to issues and questions involving the fire alarm system. Next expected TJC survey will be about October to November of contract option year 2. During inspection, testing and maintenance the contractor will: Provide daily updates of the tasks accomplished shall be provided to the Contracting Officers Representative (COR). Report all deficiencies to the COR immediately. The COR will determine if the deficiency is critical based on discussion with the contractor. Upon determination of a critical deficiency a detailed report, in writing, shall be submitted immediately to the COR. Provide documentation at the completion of each inspection, test and/or maintenance of the System. Records will be maintained at the VA facility. Provide a verified inventory spreadsheet in Excel format of all fire alarm initiating, control, notification and supervisory points connected to the VASDHS Fire Detection and Annunciation System. This spreadsheet shall provide the Logical Address Number, Description (Message) Test Frequency and Testing Month for initiating devices; and Floor, area, device type, test frequency and testing month for Magnetic Door releases and AV devices. All panels and sub panels shall be provided with permanent identification tags as well as all panel and system supervisory devices and all items requiring testing and verification shall be uniquely identified and included in the inventory Spreadsheet 2.3.a. General Requirements 2.3.a.1. Contractor must possess a State of California contractor license for C10 (electrical) and C16 (Fire Protection). 2.3.a.2 Contractor shall have 5 years of experience testing, installing, troubleshooting and maintaining a UTC Edwards EST3 Security and Life Safety Equipment System in a hospital. 2.3.a.3. Contractor technicians proposed for this service shall have 3 years of testing, installing, troubleshooting and maintaining a UTC Edwards EST3 Security and Life Safety Equipment System in a hospital. 2.3.a.4. Contractor and technicians shall be thoroughly knowledgeable of all NFPA, VA, Federal, State, San Diego and other regulations as it relates to this contract. 2.3.a.5. Contractor will complete this task in accordance with the NFPA Codes and Standards, including NFPA 25, NFPA 72, NFPA 101 and NFPA 99 as well as any other codes or standards that apply. 2.3.a.6. Contractor employees shall possess current Asbestos Worker (16 hour) certifications to work in and around asbestos and in the interstitial spaces in the VA San Diego. 2.4. Safety Requirements 2.4.a. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.4.b. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.4.c. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.4.d. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.4.e. The VAMC San Diego building 1, main building, contains asbestos. Any worker entering these asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. Certifications must be presented to the VA project manager before any work in an asbestos area may begin. 2.5. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.6. Security Requirements. N/A 2.7. Period of Performance. The period of performance will be a base year plus four (4) option years. Normal working hours at the sites are 7:30 am 4:00 pm Monday through Friday, excluding National holidays. 2.7.a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.7.b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.7.c. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.8. Contractor Personnel Background Requirements. 2.8.a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. 2.8.b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. 2.8.c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 2.8.d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 2.8.e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.9. Contractor Personnel 2.9.a. The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.10. Contractor Employees 2.10.a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). 2.10.b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. 2.10.c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. 2.10.d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.11. Insurance Coverage 2.11.a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.11.b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.11.c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.11.d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Wednesday January 29, 2020 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd8cf87b7d9e477fa01bf27d52755985/view)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN05538040-F 20200119/200117230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.