Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
DOCUMENT

H -- Fire Alarm System inspection, testing, and repair - Attachment

Notice Date
9/20/2011
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
 
ZIP Code
83702
 
Solicitation Number
VA26011RQ1863
 
Response Due
9/27/2011
 
Archive Date
10/7/2011
 
Point of Contact
Vincent Iazzetta
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-11-RQ-1863, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 561621, Size Standard: $12.5M. This procurement is set aside for small businesses. Statement of Work 1. Complete inspection, testing, maintenance and repair service for the Edwards EST 3 Fire Alarm System shall be provided, by at least two EST 3 Fire Alarm System trained and certified technicians and at least one EST Fireworks Graphic Annunciation System factory trained and certified technician. Documentation of trained and certified technicians must be provided prior to award to the VAMC Contracting Officer. 2. Certified technicians must have EST 3 software key and software program to access the Edwards System at the VA Medical Center, Boise, Idaho. 3. At least one employee of the Fire Alarm Company must be NICET 3 trained so that any fire alarm design work that may need to be completed would meet with NFPA 72, Section 4.3.2 (2), 2002 edition. Documentation of trained personnel must be provided prior to award to the VAMC Contracting Officer. 4. Fire Alarm Company must be a current EST Strategic Partner (authorized distributor). Documentation that contractor is certified by Edwards to work on Edwards EST 3 systems must be provided prior to award to VAMC Contracting Officer. 5. Fire Alarm Contractor must be able to respond physically to the site within 4 hours following a trouble call. Phone calls must be answered 24 hours per day, seven days per week within 2 hours of message or call. 6. Fire Alarm Contractor must have an office located physically within a 100 mile radius of the Boise VA Medical Center. 7. Contractor shall provide all necessary test equipment, parts, and labor to perform required inspection, maintenance, and repair. Parts must be new and factory approved for system. 8. All inspections and tests of the fire alarm system will be in accordance with current editions of NFPA 72 and recommendations by the EST 3 Fire Alarm System equipment manufacturer. A computerized preventive maintenance schedule shall be provided and shall describe the protocol for preventive maintenance of equipment. The schedule shall include a systematic examination, adjustment, and cleaning of ALL equipment. 9. Service and emergency personnel shall report to Facility Management Service (FMS), Building 50, during regular office hours 7:00 a.m. - 4:30 p.m. Monday -Friday. After hour and on weekends, contractor will report to the VA Police, Building 67 (1st floor), or Administrative Officer of the Day (AOD) Admitting Office, Building 85 for ID Badges PRIOR to commencing any work. All work shall be coordinated with the facility Safety Officer for completion of all testing, maintenance, and repair services. A copy of all work tickets containing a complete description of the work performed and parts replaced shall be provided to the VA Safety Officer or authorized representative. 10.The Contractor shall maintain a log of each fire alarm control panel. The log shall list the dates and times of all examinations, trouble calls, condition of the system, and name/initials of the technician in charge. Each trouble call shall be full described, including the nature of the trouble, necessary correction performed, and any parts replaced. The log will be kept next to the Fireworks Computer System, Building 50, FMS. 11.Replacement equipment and components shall be new, and EST's current model. The equipment shall be tested and listed by Underwriters Laboratories, Inc. or Factory Mutual Research Corporation for use as part of the EST 3 Fire Alarm System. 12.Any modifications to the system will include updating of all as-built drawings and updates to the Fireworks System, including manuals to assure any changes are reflected. Wiring and schematic diagrams shall be included which show all items of equipment and their interconnecting wiring and final terminal identifications. 13.Semi-annual inspections, testing, and maintenance of the entire system will be coordinated with the Safety Officer and records of such inspections, tests, and maintenance forwarded to the Safety Officer within 2 weeks following the completion of inspection, test, and maintenance work performed. 14.Contract to include central station 24 hour, 7 day a week monitoring for the contract year(s). 15.Devices in the system include but are not limited to the following estimated components (misc. components i.e. magnetic door holders are not listed): a. Manual Stations169 b. Photo Detectors182 c. Duct Detectors 55 d. Sealed Lead-Acid Batteries 37 e. Heat Detectors 18 f. System Computer, Monitor, Printer, and Fireworks System 1 g. Fire Alarm Panels 11 h. Fire Sprinkler Hood Suppression System Batteries 1 16.Fire Alarm service and maintenance to be at all properties owned/operated by the VA Medical Center, 500 W. Fort Street, Boise including building 33 and building 119 at the Mountain Cove property. _ ___________________ GRAND TOTAL --- ==================== ? FOB point is Destination (The Contractor is responsible for all freight and travel charges): Department of Veterans Affairs, Boise VA Medical Center, 500 West Fort Street, Boise, ID, 83702, Attn: Heidi Parke, Safety Manager. Period of performance is 1 October 2011 through 30 September 2012. Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). Addenda to FAR 52.212-4: FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is one year), VAAR 852.246-71 Inspection (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: C.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) C.2 52.216-1 TYPE OF CONTRACT (APR 1984) C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) C.5 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) C.6 52.232-18 AVAILABILITY OF FUNDS (APR 1984) C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) C.8 SUPPLEMENTAL INSURANCE REQUIREMENTS C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) C.10 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) C.11 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) C.12 VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) C.13 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Addenda to FAR 52.212-1 are as follows: The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this solicitation. The following factors shall be used to evaluate quotes: Technical Capability to Brand Name or Equal, Past Performance, and, Price. Technical and past performance, when combined, is equal to cost or price. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by September 27, 2011, 1 PM Eastern Time. The assigned Contracting Officer is Vincent Iazzetta. Quotations can be emailed to: Vincent.iazzetta2@va.gov. Quotation shall be marked with the Request for Quote number VA-260-11-RQ-1784. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26011RQ1863/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1863 VA-260-11-RQ-1863_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=259813&FileName=VA-260-11-RQ-1863-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=259813&FileName=VA-260-11-RQ-1863-000.docx

 
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: Boise VA Medical Center;500 West Fort Street;Boise, Idaho
Zip Code: 83702
 
Record
SN02584234-W 20110922/110920235512-6ad0e5d396e3249940e0b1ae2c7b4f8f (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.