SOURCES SOUGHT
H -- Supply all parts, labor, and materials necessary to perform monthly and annual inspections, PM, and testing of all fire extinguishers.
- Notice Date
- 8/30/2012
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24112Q1094
- Response Due
- 9/4/2012
- Archive Date
- 9/14/2012
- Point of Contact
- Heather Simpson
- E-Mail Address
-
6-3196<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought - This is a SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals or quotes. General Statement of Need The purpose of this Notice is to obtain information regarding: TITLE OF PROJECT: SUPPLY ALL PARTS, LABOR, AND MATERIALS NECESSARY TO PERFORM MONTHLY AND ANNUAL INSPECTIONS, PM, AND TESTING OF ALL FIRE EXTINGUISHERS. LOCATIONS: BEDFORD VAMC, 200 SPRINGS ROAD, BEDFORD, MA; LOWELL VETERANS CENTER, 10 GEORGE ST, LOWELL, MA; CRESENT BUILDING, 15 VETERANS WAY, LOWELL, MA; HAVERHILL CBOC, 103 MERRIMACK ST, HAVERILL, MA; LYNN CBOC, 225 BOSTON ST, SUITE 107, LYNN, MA; AND WINCHENDON DAY ACTIVITY CENTER, 21 MURDOCK AVE, WINCHENDON, MA. 1.PURPOSE. The overall purpose of this notice is to obtain interested SMALL BUSINESS vendors for this project. 2.Objectives. Contractor to provide a monthly and annual testing for all fire extinguishers, in addition to all fixed automatic suppression system in accordance with NFPA requirements and following specifications. Additional parts will be supplied by the contractor and must not exceed $1,000.00. An itemized list of parts must be submitted each month with the invoice for tracking purposes. Contractor must have certification for servicing portable extinguishers and servicing/installing of fixed dry chemical extinguishing systems as required by Commonwealth of Massachusetts General Law Chapter 148 and 527 CMMR 23:00. Contractor will submit proof of certification to the contracting officer, prior to starting any work. 3.Scope. Registration and work hours: Contractor shall report to the safety office. Prior to commencement of any work vendor needs to sign in upon arrival (no exceptions). All work shall be performed during the hours of 7am to 3:30pm, Monday through Friday, except for Federal holidays. The contractor will notify the safety office, at least 7 calendar days prior to arrival of performing work. All equipment inspected and/or tested shall be reinstalled to ensure proper and full operation prior to contractor leaving the work site. Contractor must verify all equipment locations by the equipment locations by the equipment directory and use VA itemized equipment list designated by the safety officer to record and collect data for test results reporting. Reports will be identified by all equipment or symptoms of system problems with associated cost of repair. Use of other than VA itemized listing form may only be approved by the safety officer. The contractor shall take such safety precautions to comply with all government regulations to protect the occupants of the building, the contracting officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The contractor shall after receipt of such notice, immediately correct the conditions to which attention has been directed, such notice, when serviced on the contractor or his representative at the work site, shall be deemed sufficient for the purpose aforesaid, if the contractor fails or refuses to comply promptly, the contracting officer may issue an order stopping all or any part of the work, and hold the contractor in default. Testing, inspection, and maintenance. Contractor shall perform the following annual maintenance procedures on all pressure dry chemical fire extinguishers; check date of shell for required services or tests; inspect entire exterior condition of the shell; check gauge for correct reading; check unit for proper weight; test resonance of dry chemical for fluidity or presence of caking; move hose assembly and inspection for blockage, cracks or damage, and proper gasket seal. Inspect office and check stem shaft for corrosion or deposits, lubricate, if needed. Inspect operating and carry handle pivot pins. Inspect pull pin shaft; inspect hanger bracket; inspect valve body, and hanger loop. Clean unit, install proper hazard label, if needed. Record proper information on state fire marshal's tag, and install on unit. Determine if unit is proper coverage for building or area. Contractor shall perform hydrostatic pressure test on cylinders of the required intervals using the "water jacket volumetric expansion" or "modified hydrostatic" (proof measure) methods, these tests are conducted under the jurisdiction of the DOT (US department of transportation) CFR Title 49, Section 173.34 and the Commonwealth of Massachusetts CMR 23:00. Other standards used in performing these tests are CGA (compressed GAS assoc.) pamphlet #s C-A, C-6, C-1-6, C-8, also NFPA (national fire protection assoc.). Standard #10, and #17, after tests are completed cylinders are stamped or labeled with appropriate markings and refilled, contractor shall replenish fire extinguishers during the 6 year maintenance and hydro testing with correct amount, and type of extinguishing agent, and pressurize vessel, according to NFC code and manufacturers specification. Cost shall be inclusive in the contract. Contractor shall perform necessary repairs to valve components to insure proper operation, etc. remove hardened deposits or corrosion, replace bent roll pins, repair hose threads, etc. Only where necessary and the cost shall be inclusive in the contract. Contractor shall perform the following procedure on all six (6) year maintenance: empty extinguisher to check its operation, blow cylinder, clean and examine interior with probe light for corrosion and pitting according to FCP. Attach appropriate label to cylinder and refill as outlined in NFPC. Monthly fire extinguisher inspection: contractor shall perform monthly inspection of all fire extinguishers to include the following: extinguisher is in its proper location, and not obstructed; number corresponds to computer list; extinguisher has not been discharged or tampered with; check pressure gauge; examine for obvious physical damage, corrosion, leakage, or clogged nozzle; examine by hefting, document, and provide safety office with monthly computer generated report of all work completed. 4.Mandatory Tasks and Deliverables. Proven past performance for a minimum of three years, is essential. Provide at least 3 references (contact name, company, address, email address and phone number). Contractor will provide safety office with an accurate list of all locations of all fire extinguishers in the facility upon completion of each monthly inspection. This list must be provided monthly and an annual summary to include the annual inspection report. The list must identify where all fire extinguishers are located in each building or facility. Annual inspections of 100 fire extinguishers in motor vehicles assigned to MHICM program, HCHV/VASH program, CWT program, VA police vehicles, DAV vehicles, nursing home base primary care vehicles, and engineering maintenance vehicles. This list must include the last service performed on each fire extinguisher. A separate report must be submitted upon completion of inspection on fixed suppression systems. Contractor must provide computer generated documentation of all annual inspection to safety office of all work completed. Monthly inspections must be completed within the specified days of that particular inspection month. Inspection tags must not be marked with the next month's date before that month has actually arrived. Monthly and annual inspections of emergency lighting: conduct a functional test on emergency lighting system at 30-day intervals for not less than 30 seconds; conduct annual testing on battery-operated emergency lighting systems for not less than 1 ½ hours. Equipment shall be fully operational for the duration of the test; provide to the safety officer written records of visual inspections and tests; testing and documentation of emergency lighting shall be in accordance with the life safety code 101, chapter 7, section 7.9.3. 5.Period of Performance. The period of performance shall be from the date of award for a base period of one year; with four one year options (exercised at the discretion of the government). 6.Place of Performance. The Contractor's work will be performed at the government facilities. 7.Key Personnel. We are looking for experts in the field of annual inspections, PM, and testing's of all fire extinguishers. 8.Travel. The government will not compensate for travel. 9.Type of Contract. A Firm- Fixed Price Contract will be issued for this effort. Contract duration is estimated to be a one year period, with (4) one year option periods, to be exercised at the discretion of the government. THIS IS STRICTLY MARKET RESEARCH THAT WILL ASSIST THE DEPARTMENT OF VETERANS AFFAIRS, VISN 1 PLAN THEIR ACQUISITION STRATEGY. This is NOT a Request for Proposals (proposals will not be accepted at this time) and does NOT constitute any commitment by the Government. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. The information based on responses to this notice solely within the discretion of the VA. All interested sources must respond to future solicitation announcements separately from responses to this market research/Sources Sought Notice. Responding SMALL BUSINESS should have an active SAM registration, DUNS number and up to date ORCA registrations. SDVOSBs and VOSBs MUST be registered in VetBiz.gov and provide a current certified letter from Washington, D.C. The NAICS code for this service is 561210, size standard is $35.5 million. Service disabled veteran owned business and small businesses that feel that they may be capable of providing these services should submit all applicable information, including business size, by September 4, 2012 5PM EST. You may submit this information via email to heather.simpson3@va.gov.The information received will be considered solely for the purpose of determining how to conduct the procurement process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q1094/listing.html)
- Place of Performance
- Address: Various locations surrounding;Brockton VAMC;200 Springs Road;Bedford, MA
- Zip Code: 01730-1114
- Zip Code: 01730-1114
- Record
- SN02863282-W 20120901/120831001622-7ef10d5ebae9794e1e0d7b6d796ddbbd (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 |