Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
DOCUMENT

J -- Fire Alarm System Inspection/Testing/Maintenance - Attachment

Notice Date
1/7/2011
 
Notice Type
Attachment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25911RP0074
 
Response Due
1/21/2011
 
Archive Date
3/22/2011
 
Point of Contact
Raymond J Tomori
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation VA-259-11-RP-0074 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47, effective December 13, 2010. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 811213, with a small business size standard of $10.0 million. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH PROPOSAL. The competition for this solicitation is unrestricted, however Service Disabled Veteran Owned small businesses, Veteran Owned small businesses, women-owned small businesses, and small disadvantaged businesses are encouraged to submit offers. The following is a list of the contract line item numbers: LINE ITEM NUMBERDESCRIPTION12 Per monthTOTAL EXTENDED COST 0001 Base PeriodProvide all necessary materials, equipment, tools and services to inspect, test, certify and maintain the fire alarm system at the Sheridan VAMC, Sheridan WY for the period of February 1, 2011 through January 31, 2012. $ $ 0002 Option Period IProvide all necessary materials, equipment, tools and services to inspect, test, certify and maintain the fire alarm system at the Sheridan VAMC, Sheridan WY for the period of February 1, 2012 through January 31, 2013 $ $ 0003 Option Period IIProvide all necessary materials, equipment, tools and services to inspect, test, certify and maintain the fire alarm system at the Sheridan VAMC, Sheridan WY for the period of February 1, 2013 through January 31, 2014 $ $ 0004 Option Period IIIProvide all necessary materials, equipment, tools and services to inspect, test, certify and maintain the fire alarm system at the Sheridan VAMC, Sheridan WY for the period of February 1, 2013 through January 31, 2014 $ $ 0005 Option Period IVProvide all necessary materials, equipment, tools and services to inspect, test, certify and maintain the fire alarm system at the Sheridan VAMC, Sheridan WY for the period of February 1, 2014 through January 31, 2015 $ $ 0006Hourly rate for services performed over that of the minimum eight (8) hour as shown in task 2 and 3 below $ Per hour TOTAL COST $_____________________________ STATEMENT OF WORK - Fire Alarm System Inspection, Testing and Maintenance A. Qualifications To be considered for this contract, the prospective offeror must provide staff who are knowledgeable and experienced with NFPA 72 National Fire and Alarm and Signaling Code 2010, Chapter 14 Inspection and Testing requirements. Additionally, the prospective offeror staff must provide verification as being certified by the manufacturer, Notifier Engineered Systems, 12 Clintonville, CT 06472, to provide services in accordance with the manufacturer specifications for standalone computer network-monitored systems. B. General Description of Work Provide services, equipment, staff and tools necessary to inspect and certify in writing all fire alarm systems at the Sheridan VA Medical Center, 1898 Fort Road, Sheridan, WY 82801. All services shall be in accordance with NFPA 72 National Fire Alarm and Signaling Code 2010, Chapter 14, Inspection, Testing and Maintenance, including documentation of all tested devices such as smoke/duct detectors, manual pull stations, strobes and sprinkler flow alarms. There are approximately fifteen hundred (1500) devices that comprise the system and are included in this solicitation. The contract will be for a base year plus four (4) one (1) year options. C. The work description is as follows: Task 1: Contractor shall conduct quarterly inspections of approximately two hundred (200), supervisory devices, certifying, in writing, these devices have passed all NFPA 72 Chapter 14 requirements. Task 2: Contractor shall provide a minimum of eight (8) hours per quarter of computer screen maintenance to ensure any devices added/removed from any system are noted on main alarm system computer. Hourly charge rate for time above the minimum eight (8) hours will apply as shown on the schedule. Task 3: Contractor shall provide a minimum of eight (8) hours per quarter for maintenance of any alarm system deficiencies noted during the inspection or as maybe required. Hourly charge rate for time above the minimum eight (8) hours will apply as shown on the schedule. Task 4: Contractor shall provide a two (2) hour response to the facility to repair as maybe necessary in order to maintain the manufactured recommended operation of the system. D. Cost The proposal shall include a monthly and total cost for all services identified in Task 1-4 above for the base and all option years of this contract. In addition, provide an hourly rate for breakdown of labor hour rates to complete services over and above the minimum requirements identified above. E. Personnel and Time Contractor personnel shall provide verification of experience and certification by Notifier Engineered Systems Company, in order to provide services in accordance with the manufacturer specifications for a standalone computer network-monitored system. F. Sheridan VA Medical Center Buildings/Device Count Building Number Number of Devices 140 219 331 4192 593 684 7171 8145 976 119 2436 3139 3541 3734 6130 6481 71/71N163 86232 90/9123 Total Number of Devices:1539 Number of Fire Panels:25(4- 400s and 21-200s) Number of Nions:30 G.AWARDING OF CONTRACT: The contract(s) will include all buildings identified above. The Government contemplates award of one fixed price contract resulting from this solicitation. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: FAR 52.216-1 Contract Type. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. The Government will award one fixed price -Commercial Item Acquisition type contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Contractor shall submit with offer the following supporting documents: 1.Technical. a.Credentials of contractor personnel as to knowledge and experience with NFPA 72 National Fire Alarm and Signaling Code 2010, Chapter 14, Inspection Testing and Maintenance of fire control devices documenting at least three (3) years experience in the field of services required by this solicitation. b.Credentials of the firm documenting certification by Notifier Engineered Systems Company, 12 Clintonville CT 06472 to provide services in accordance with the manufacturer specifications for standalone computer network monitored systems. c. Provide at least three (3) references for the contractor supporting the type of services in the field required by this solicitation experience. References shall include: 1)Company Name 2)Point of Contact's name 3)Point of Contact's telephone number 4)Point of Contact's address 5)Dates of experience 6)Brief description of services provided. 2.Past performance, to include specialized experience and qualifications and technical competence in conducting inspection, certification and maintenance of standalone computer network monitored firm alarm systems and devices within the last three (3) years. 3.Price. Technical and past performance when combined, are significantly more important than price. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007); 52.228-5 Insurance - Work on a Government Installation (JAN 1997); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.216-70 Estimated Quantities (APR 1984); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998): FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); FAR 52.217-8 Option to Extend Services ¦ (The Contracting officer may exercise the option by written notice to the Contractor within thirty (30) calendar days; FAR 52.217-9 ¦ Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) calendar days. (c) The duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS applies to this acquisition including the following clauses: 52.203-6, 52.203-13, 52.204-10, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.222-54, and 52.225-13. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed labor hour rate for individuals required for the performance of this contract, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, e-mail address, tax identification number, DUNS number, and size status (i.e., small business disadvantaged business or woman owned business). All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, VISN 19 Rocky Mountain Contracting Network, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Ray Tomori, no later than 4:30 P.M. mountain time on January 21, 2011. You may contact Ray Tomori, Contract Specialist at raymond.tomori@va.gov or 303-504-2693.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RP0074/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RP-0074 VA-259-11-RP-0074.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=170060&FileName=VA-259-11-RP-0074-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=170060&FileName=VA-259-11-RP-0074-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Sheridan VAMC;1898 Fort Road;Sheridan, WY
Zip Code: 82801
 
Record
SN02356635-W 20110109/110107234415-737f137da97eab41772d188cd5de4010 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.