SOLICITATION NOTICE
H -- Monthly and Annual Portable Fire Extinguisher Inspection and Maintenance at the Greater Los Angeles VA Healthcare System
- Notice Date
- 5/13/2025 1:11:57 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0852
- Response Due
- 5/28/2025 10:00:00 AM
- Archive Date
- 06/27/2025
- Point of Contact
- Loan Dho, Contract Specialist
- E-Mail Address
-
loan.dho@va.gov
(loan.dho@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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 2025-05, effective 04/02/2025. This solicitation is set-aside for 100% Service-Disabled Veteran Owned Small Business (SDVOSB). This is a firm fixed price contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $19.5 Million. The FSC/PSC is H342 Inspection Fire Fighting, Rescue, and Safety Equipment Environmental Protection Equipment and Materials The Department of Veterans Affairs, Network Contracting Office 22 is seeking a contractor to perform annual and monthly inspection and maintenance on portable fire extinguishers at the West Los Angeles Medical Center, Sepulveda Medical Center, and the Los Angeles Ambulatory Care Center within the Greater Los Angeles VA Healthcare System. This award will be made to quote most advantageous to the Government and best meets the requirement described in the statement of work. Price and Other Factors: See Attachment 2, FAR 52.212-2, Evaluation . STATEMENT OF WORK (SOW) 1. Contract Title: Monthly and Annual Portable Fire Extinguisher Inspection and Maintenance 2. Background: The National Fire Protection Association (NFPA) requires that portable fire extinguishers be inspected and maintained in accordance with NFPA 10. The VA adopts the latest edition of the NFPA Codes. The service is also required per The Joint Commission and OSHA. This is for the monthly/annual inspection and maintenance through the VEOCI barcode scanning system for 1,316 Amerex Portable Fire Extinguishers at varying locations- VA West Los Angeles, VA Sepulveda, and VA Los Angeles Ambulatory Care Center within the Greater Los Angeles VA Healthcare System. 3. Scope: The contractor shall provide all labor, supervision, travel, tools, equipment, supplies, and technical expertise necessary to perform annual and monthly inspection, maintenance, and monitoring on the portable fire extinguishers at the West Los Angeles Medical Center, Sepulveda Medical Center, and the Los Angeles Ambulatory Care Center within the Greater Los Angeles VA Healthcare System. The completion of work shall be in accordance with NFPA 10 (National Fire Protection Agency). The Contractor is also, responsible for maintaining documentation of all work performed, using a standardized electronic format supplied by the VA. Contractor shall perform work in strict accordance with the specifications, Statement of Work, schedule, VA local, state, federal, and applicable regulations. 4. Specific Tasks: The following tasks shall be performed by the Contractor within the Greater Los Angeles VA Healthcare System at locations- VA West Los Angeles, VA Sepulveda Ambulatory Care Center, and VA Los Angeles Ambulatory Care Center. Contractor shall ensure that the fire extinguisher is in its designated place, with no obstruction to access or visibility. Contractor shall ensure that the pressure gauge reading of fire extinguisher is in its operable way. Contractor shall ensure the fullness of the fire extinguisher by hefty. Contractor shall ensure that the fire extinguisher cabinet is secured not hanging off the wall. Contractor shall ensure the fire extinguisher tags have the correct month/annual year of service. Contractor shall examine the fire extinguisher for damage. Contractor shall verify that the hanger or cabinet is the proper one for the fire extinguisher, and that it is secure. Contractor shall verify the fire extinguisher name plate and operating instruction are facing outward. Contractor shall confirm that the fire extinguisher is not obsolete or recalled. Contractor shall examine the cylinder for dents, damage, repairs or corrosion. Contractor shall verify that the pull pin functions properly. Contractor shall verify that the handle and levers are undamaged. Contractor shall verify the valve stem of fire extinguisher is correctly extended and not corroded or damage. Contractor shall verify the pressure gauge is in its operable range. Contractor shall verify the operating pressure gauge corresponds with the nameplate instruction. Contractor shall verify that the gauge face corresponds with the proper agent type. Contractor shall verify that the gauge thread is compatible with the valve body. Contractor shall verify that the hose assembly is unobstructed by removing and examining the nozzle. Contractor shall confirm the hose nozzle assembly are correct for the type of extinguisher. Contractor shall verify the hose and coupling are not cut, cracked, damaged or deformed. Contractor examines internal valve porch services and the thread for sign of leakage or corrosion by removing the hose assembly. Also verify the hose retention band is secured. Contractor shall install a new tamper seal. Contractor shall clean expose fire extinguisher surfaces. Contractor shall record maintenance on fire extinguisher tags Any fire extinguisher that does not pass inspection shall be exchanged with a Government owned operation like fire extinguisher from the VA storage area and annotated on the inspection checklist. Contractor shall perform annual inspections in October. 5. Portable Fire Extinguisher Information: Amerex Portable fire extinguisher, 10Lbs, 5Lbs and 2.5 Lbs. Greater Los Angeles VA Healthcare System Location Quantity West Los Angeles VA Medical Center 11301 Wilshire Blvd. Los Angeles, CA 90073 756 fire extinguishers Sepulveda Medical Center 16111 Plummer Street Sepulveda, CA 91343 458 fire extinguishers Los Angeles VA Ambulatory Care Center 351 E. Temple St. Los Angeles, CA 90012 102 fire extinguishers Total: 1,316 6. Work Hours: All inspection, maintenance and monitoring of fire extinguisher should be done between the hours of 8:AM and 4:30 PM, Monday through Friday under otherwise specified. Work Dates shall be scheduled with VA Occupational Safety and Health. The invoice must include the building(s) inspected, work performed, dates work performed, maintenance performed. Work performed outside the normal hours of coverage must be approved by the POC or his/her designee. Federal 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 19 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. 7. Security Requirements: The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6. 8. Database management and checklist and requirements: a. Service will be provided utilizing the VEOCI electronic tracking and barcode scanning system. This scanning software will be installed using personal cell phone equipment. This software is to schedule, track, document inspection and maintain activities on fire extinguishers. Provide comprehensive reporting of inspection results and verification of compliance with NFPA 10 requirements for inspection and maintenance. b. Monthly and Annual reports should be submitted through the VEOCI software system to Occupational Safety and Health office. 9. Contractor Qualifications and Requirements: Contractor should be familiar and show experience with the VEOCI scanning software. Contractor shall utilize VEOCI software for barcode scanning of portable extinguisher. Contractor should be license with State of California to service portable fire extinguisher or a Certificate of Registration issued by office of the State Fire Marshall (OSFM). 10. Period of Performance: One Year 11. Type of Contract: Firm Fixed Price 12. Place of Performance: Greater Los Angeles VA Healthcare System West Los Angeles VA Medical Center 11301 Wilshire Blvd. Los Angeles CA 90073 Sepulveda VA Medical Center 16111 Plummer St. Sepulveda, CA 91343 Los Angeles VA Ambulatory Care Center 351 E. Temple St. Los Angeles CA 90012 13. Program Point of Contact (POC): Name: Section: Address: Phone Number: E-Mail Address: 14. Regulatory Code Compliance: Contractor shall ensure code compliance for all inspection, and maintenance with latest applicable regulatory requirements such as but not limited to the Following: NFPA 99- Health Care Facilities, NFPA 101- Life Safety Code, NFPA 10- Standard for Portable Fire Extinguishers, and 20 CFR 1910.157. 15. Identification, Check-in, Parking, and Smoking Regulations: Identification The vendor's employees shall always wear visible identification while on VAGLAHCS premises. Contractor employees shall report to VA Police upon entry to the VAGLAHCS facility to get a visitor badge. Contractor employees are required to be escorted by the COR or designee s office once on campus prior to commencement of work. During emergencies contractor personnel shall check in with VAGLAHCS Police if the VAGLAHCS POC or designee is not available. 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. Smoking Veterans Health Administration (VHA) Directive 1085, dated March 5, 2019, provides a comprehensive smoke-free policy for patients, visitors, contractors, volunteers, and vendors, at the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) health care facilities. This updated VHA directive implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities, as defined in this directive, based on scientific evidence regarding the adverse health effects of secondhand and thirdhand smoke exposures. The Assistant Deputy Under Secretary for Health for Administrative Operations (10NA) and the Assistant Deputy Under Secretary for Health for Clinical Operations (10NC) are responsible for the contents of this directive. Questions may be referred to VHA Smoke Free: vhasmokefree@va.gov. This VHA directive is scheduled for recertification on or before the last working day of March 2024. This VHA directive will continue to serve as national VHA policy until it is Safety All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VAGLAHCS 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. 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. 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. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 16. Contractor Personnel: Contractor s Program Manager 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. Contractor s Employees 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). 17. Insurance Coverage: 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. 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. 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. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 18. Invoices: Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until such time that the VAGLAHCS POC all properly executed and signed documentation. No advance payments shall be authorized. Payment shall be made on monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i). Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required. All interested companies shall provide quotations for the following: **PRICE/ COST SCHEDULE** Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Monthly Inspection and Maintenance of Portable Fire Extinguishers at West Los Angeles Medical Center 12 MO 0002 Annual Inspection and Maintenance at West Los Angeles Medical Center 1 YR 0003 Monthly Inspection and Maintenance of Portable Fire Extinguishers at Sepulveda Medical Center 12 MO 0004 Annual Inspection and Maintenance at Sepulveda Medical Center 1 YR 0005 Monthly Inspection and Maintenance of Portable Fire Extinguishers at Los Angeles VA Ambulatory Care Center 12 MO 0006 Annual Inspection and Maintenance at Los Angeles VA Ambulatory Care Center 1 YR ** Please use the format above for pricing** The purchase order has an estimated period of performance of 06/15/2025 06/14/2026. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation 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) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representations regarding certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023) (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ 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 (NOV 2023) Addendum to 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) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.223-10 Waste Reduction Program (MAY 2024) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-71, Information and Information Systems Security (FEB 2023) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR852.242-71, Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: (b)(3), (4), (5), (7), (9), (12), (18)(i), (23), (25), (26), (36)(i), (39), (42), (44), (45),(55),(59), (c)(1), (2), (7),(8). All quoters shall submit the following 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, Loan Dho at loan.dho@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. Decision factors to be considered are Experience, Past Performance, Qualifications, and Cost Schedule (See Attachment 2), Addendum to FAR 52.212-2, Evaluation- Commercial Products and Commercial Services . The following are the decision factors: Price and Other Factors- Experience, Past Performance, Qualifications and Cost Schedule Element 1: Experience: Contractor shall submit documentation that their firm has or is able to acquire the necessary resources to perform the tasks in the scope of work and how the firm will meet the annual and monthly maintenance of portable fire extinguishers at the Greater Los Angeles VA Healthcare System. Element 2: Past Performance: Contractor shall provide a minimum of 2-3 contracts performed on similar annual and monthly inspection maintenance of portable fire extinguishers. Element 3: Qualifications: Contractor shall provide proof of a State of California license to service portable fire extinguishers, or a Certificate of Registration issued by office of the State Fire Marshall (OSFM). Element 4: Cost Schedule: This award will be made to the Contractor that proposes a quote that is most advantageous to the Government. 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. Questions should be submitted No Later Than May 20, 2025 at 10:00 AM Pacific Standard Time to Loan Dho at loan.dho@va.gov AND to Jennell Christofaro at jennell.christofaro@va.gov. All responses will be posted via an amendment on SAM.gov on or about May 22th, 2025. Submission of your response shall be received No later than May 28, 2025, at 10:00 AM Pacific Standard Time to loan.dho@va.gov. Subject Line shall include: RESPONSE TO RFQ 36C26225Q0852 for consideration. 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 CONTRACT SPECIALIST Loan Dho Loan.dho@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e63e8177bd7847a886a26375e0c83dd6/view)
- Place of Performance
- Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd., Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07440597-F 20250515/250513230047 (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 |