Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2025 SAM #8560
SOLICITATION NOTICE

H -- Fire Alarm Inspections - One Year Contract

Notice Date
5/2/2025 4:17:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0850
 
Response Due
5/21/2025 4:00:00 PM
 
Archive Date
06/05/2025
 
Point of Contact
Marco Ramos, Contract Specialist, Phone: 562-766-2329
 
E-Mail Address
Marco.Ramos1@va.gov
(Marco.Ramos1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 11 of 11 DESCRIPTION This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 12/22/2023. This solicitation is open to Service Disable Veteran Owned Business Set-Aside The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19 Million. The FSC/PSC is H912. The Sepulveda and Los Angeles Ambulatory Care Center require testing and inspection of the fire alarm and fire protection systems by a licensed and certified fire alarm vendor to satisfy local, VA, TJC requirements, and LA City Reg 4. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the statement of work. The following are the evaluation factors: Price, past performance, experience. Please provide contract number and Contact POC for past performance and experience verification to confirm similar scope of work has been performed. Also, please provide certifications, licensing credentials as per the request in the Statement of Work (SOW). FAR Clause 52.219-75 Certificate of Compliance for Services and Construction is REQUIRED to be submitted at time of quote submission. All interested companies shall provide quotations for the following: STATEMENT OF WORK (SOW) Objective: VA Greater Los Angeles is seeking to establish a contract for Fire Alarm and Fire Protection inspection and testing for the Sepulveda and Los Angeles Ambulatory Care Clinics to comply with VA, local and TJC codes and standards. Background: The Sepulveda and Los Angeles Ambulatory Care Center require testing and inspection of the fire alarm and fire protection systems by a licensed and certified fire alarm vendor to satisfy local, VA, TJC requirements, and LA City Reg 4. Scope: All services will include the testing, inspection, reporting, and service of all fire alarm devices and FACPs. This service shall provide all testing documentation required to meet Joint Commission requirements and VA Environment of Care standards EC 02.03.05, 1,2,3,4 on current NFPA codes. The inspection, testing, and maintenance program of this contract shall satisfy the requirements of the NFPA, shall conform to the equipment manufacturer s recommendations, and shall verify reliable operation of the fire alarm and fire protection system. Place of Performance/Place of Delivery: Sepulveda Ambulatory Care Center 16111 Plummer St, North Hills CA 91343 Los Angeles Ambulatory Care Center 351 East Temple St. Los Angeles, CA 90012 General Requirements Potential Vendors must possess and provide proof at time of Bid Submission a valid copy of a State of California Contractor License for the C10 (Electrical) and C16 (Fire Protection), a Los Angeles City Reg 4 Certification, and an Active REG4 Account with the City of Los Angeles Fire Department.� The Vendor must also have experience with Siemens Fire Alarm Systems. Buildings: Contractor shall provide services at two sites under this contract. Los Angeles Ambulatory Care Center: One (1) building at 351 E Temple St. to have testing and inspection to include the annual fire pump testing, annual fire alarm inspection, quarterly sprinkler inspections, and an Annual LA City Reg4 Inspection, Testing, and Reporting for the following: Fire Sprinkler System Standpipe Fire Pump Emergency Power Generator Elevator Sepulveda Ambulatory Care Center: Twenty (20) Buildings at 16111 Plummer St. to have Testing and Inspection performed are Building(s) 01, 07, 10, 20, 22, 23, 24, 25, 40, 44, 45, 46, 47, 62, 63, 99, 103, 200, 201, and 202. Annual fire pump testing and inspection shall be performed in Building 10 and Building 200; All Buildings listed above in this paragraph shall include annual fire alarm inspection, and quarterly sprinkler inspections. Joint Commission Testing and Reporting shall be performed in Bldgs. 10, 99, & 200. Testing check list: The contractor shall prepare documentation for inventory and survey of all fire alarm system components to be inspected, tested, and maintained in the system. Contractor shall use the form supplied by the VA and shall submit the completed forms to the VA Compliance Officer and the Facility Manager. Notification Requirement: Prior to any work commencing on fire alarm systems that are part of this contract, the contractor shall contact the VA Engineering Facility Manager to arrange a site visit to the property. Site visits will not be allowed without prior notification to the Facility Manager or Engineering Supervisor. Before proceeding with any testing, all persons and facilities receiving alarm, supervisory, or trouble signals and all building occupants shall be notified of the testing to prevent unnecessary response. The Engineering Department, and Fire Monitoring Company shall be notified by the contractor when the system is taken out of operation and when it is returned to operation. Initial Survey: Contractor shall perform an initial survey and visual inspection at the beginning of the contract period to ensure proper operation of all system components. The contractor shall visually inspect fire alarm system components for proper operation, position and condition as appropriate and as recommended by NFPA. The components shall include but not be limited to the following: Control Equipment: fire alarm systems monitored for alarm, supervisory, and trouble signals Fuses, Interfaced equipment, lamps and LEDs, primary power supply. Batteries (UPS), Control Unit Trouble Signals, Fiber Optic Connections. Emergency Voice/Alarm Communications Equipment. Sprinkler System alarm devices. Initiating Devices Air Sampling, Duct Detectors, Electromechanical release devices (magnetic hold open devices), Fire extinguishing systems, Fire alarm boxes, Heat detectors, Radiant energy fire detectors, Smoke detectors, Supervisory signal devices Water flow devices. Alarm Notification Appliances Supervised. Supervising Station Fire Alarm System Transmitters and Receivers. After the initial inspection of all fire alarm system components, the contractor shall, in writing, bring to the attention of the VA facility any problems revealed from the inspection. Necessary corrective action shall be identified in a written report and a proposal with cost which shall be completed within 14 days and submitted to the Facility Manager or Engineering Supervisor. Specific Tasks All testing by the Contractor shall meet the following requirements: NFPA 25 NFPA 72 LA City Reg4 Joint Commission 1. Annual Fire Alarm Inspection, Testing, and Reporting for both locations and all Buildings listed above within 30 days of Contract Award. 2. Annual Sprinkler Inspection, Testing, and Reporting. Inspection shall be performed with 45 days of Contract Award. 3. Subsequent Quarterly Sprinkler Inspections, Testing, and Reporting shall be performed thereafter within the first month of each Quarter. Annual Fire Pump Inspection, Testing, and Reporting within 60 days of Contract Award. Provide 24/7 365 days of Fire Alarm monitoring by a UL Listed Central Station, with billing to be Quarterly for all fifteen (15) Accounts. Provide programing for all existing Cellular Fire Alarm Dialers within 15 days of Contract Award for the following Five (5) Building(s): 7,10, 23, 99, & 202. Install and Program Cellular Fire System Dialers for the following Ten (10) Building(s) at the start of the contract within 30 days: Bldgs: 1, 20, 22, 24, 25, 62, 63, 200, 201 & LAACC. Contractor to Provide Emergency Response time within 2 Hours of notification. Means of notification to be determined by agreement of both Parties. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. Security Requirements. No access to the Department of Veterans Affairs computer system is required. The C&A requirements do not apply; a Security Accreditation Package is not required. Period of Performance. The period of performance will be from 07/08/2025 to 07/07/2026. Contractor must be compliant with the Quarterly and Annual Inspections for the Fire System Sprinklers and verify previous Inspection Reports. Normal working hours at the sites are 7:00am to 4:30 pm, excluding National holidays. 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 Juneteenth June 19th 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 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. 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. 7. Contractor Personnel Background Requirements. 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. 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. 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. d. 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. 8. Contractor Personnel 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: Contact Name: Phone No: Email: 9. Contractor Employees 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). 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. 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. 10. 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. ADP SECURITY: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center s ADP Security Committee shall investigate and recommend corrective action to the appropriate agency. 11. Insurance Coverage 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. 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. 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. 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Sep 2023) FAR 52.212-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Deviation) (Jan 2023) VAAR 852.215-71, Evaluation Factor Commitments (Oct 2019) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.222-41 Service Contract Labor Standards (Aug 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.242-71, Administrative Contracting Officer (Oct 2020) The following subparagraphs of FAR 52.212-5(DEV) (Dec 2023) are applicable: (b)(4), (5), (9), (12), (18), (26), (29), (31), (33), (34), (35), (36), (37), (39), (40), (48), (49), (55), (62), (51), (58), (c)(5). All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. All quoters shall submit the following: All information required by FAR 52.212-1(b) Submission of Offers. All quotes shall be sent to the Network Contracting Office (NCO) Marco.Ramos1@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, past performance, experience. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received no later than 05/21/2025, 16:00 PST to Marco.Ramos1@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26225Q0850 in order to be considered respondent. Deadline for Questions is 16:00 PM PDT, Friday, May 09, 2025. No questions will be accepted after that point. The solicitation will be amended with the answers after program POC provides the answers. This solicitation is being made under FAR 13.106-2(b)(3) using Simplified Acquisition Procedures. Quotes should be based on the information provided as no discussions will be allowed after this date. The following contract provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) ADDENDUM TO 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) o http://www.acquisition.gov/far/index.html (FAR) and o http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.217-3, Evaluation Exclusive of Options (APR 1984) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to FAR 52.212-1) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2023) The following subparagraphs of FAR 52.212-5 are applicable: (b)(5), (7), (9), (12), (18)(i), (23), (26)(i), (29), (30), (31), (33), (34)(i), (36)(i), (39), (48), (55), (62), (c)(1), (2), (5), (7), (8). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) ADDENDUM to FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN2023) (Deviation) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024) The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b)(5), (9), (11), (12), (25), (26), (31), (33), (34), (36), (39), (46), (51), (55), (59), (c)(1), (7), and (8). All quotes shall be submitted in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services . (SEP 2023). All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Marco Ramos at marco.ramos1@va.gov. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the Statement of Work. Submissions shall include your quote, using the below schedule, as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW. Submissions not meeting all requirements of the SOW will be considered ineligible for award . A filled-out FAR 52.219-75 MUST also be included in the submission or it will be considered Ineligible for award . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212- 1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below: Point of Contact: Marco Ramos, Contract Specialist, Marco.Ramos1@va.gov. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Fire System Testing and Inspection Sepulveda POP Begin: 07-08-2025 POP End: 07-07-2026 4.00 QTR __________________ __________________ 0002 Fire System Testing and Inspection LAACC 4.00 QTR __________________ __________________ 0003 Fire System Annual Monitoring POP Begin: 07-08-2025 POP End: 07-07-2026 4.00 QTR __________________ __________________ 0004 Fire System Cellular Dialer Installation 4.00 QTY __________________ __________________ This contract/PO incorporates Department of Labor (DOL) Wage Determination (WD) 2015-5613 (Rev28), dated 12/23/2024. The wage determination can be found at https://sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4b88ac5eba84cc09cfa3007f21d9714/view)
 
Place of Performance
Address: Department of Veterans Affairs Sepulveda Ambulatory Care 16111 Plummer St., Los Angeles 91343, USA
Zip Code: 91343
Country: USA
 
Record
SN07429151-F 20250504/250502230042 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.