SOURCES SOUGHT
H -- Fire Suppression Maintenance
- Notice Date
- 12/5/2013
- Notice Type
- Sources Sought
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- BEP-14-RFI-0229
- Archive Date
- 12/17/2013
- Point of Contact
- Crystal Reed-Tweedy, Phone: 202-874-2183
- E-Mail Address
-
Crystal.Reed-Tweedy@bep.gov
(Crystal.Reed-Tweedy@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Engraving & Printing (BEP) Washington DC Acquisition Office is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA certified 8(a) firms, HUB Zone, Service-Disabled Veteran Owned Small Business or other small business firms to fulfill a requirement to inspect, test and maintain the Fire Suppression Systems at the BEP. THIS IS A SOURCES SOUGHT AND NOT A REQUEST FOR A PROPOSAL (RFP). Background The facility is comprised of four (4) buildings with different layouts. The main building is six (6) stories above ground and one (1) below. The annex building is nine (9) stories above ground and two (2) below. The mixing facility is one (1) single story underground. And the storage building is one (1) single-story above. The Annex Building system covers the entire building and the storage building to the south. The Main Building system covers the entire building, the mixing facility building in the trolley turn-around and a waste water recovery building attached to the Main Building. The DC Facility covers approximately 1.4 million square feet of space. The Main Building system, such that if part of the system is shut down; the risers are connected at the top and will still receive water. The Annex Building has a standard riser design, meaning that when a riser is shutdown, all the areas served by that riser, are shutdown. All systems are combined standpipe and sprinkler systems. Reference The following list includes reference documents that apply to this task. The contractor shall use all of the reference documents as required, to support all analysis and recommendations pertaining to the inspection, testing and maintenance of the systems. The contractor shall identify by section(s) from each supporting document used when presenting to the Bureau of Engraving and Printing (BEP) any analysis and/or recommendations. 1.1 Code of Federal Regulations, Title 29 OSHA 1910 Subpart L. 1.2 NFPA 13, Standard for the Installation of Sprinkler Systems 1.3 NFPA 14,, Standard for the Installation of Standpipe and Hose Systems 1.4 NFPA 20, Standard for the Installation of Centrifugal Fire Pumps 1.5 NFPA 24, Standard for the Installation of Private Fire Service Mains and Their Appurtenances 1.6 NFPA 25, Standard for the Inspection, Testing and Maintenance of Water-Based Fire Protection Systems 1.7 International Building Code (IBC) Section 904 Scope Provide personnel, equipment and materials required to perform the inspection, testing, maintenance and repair of the Fire Sprinkler Systems in accordance with all applicable codes and regulations. Provide documentation as required by NFPA 13, NFPA 20, and NFPA 25. The Contractor shall repair any sprinkler system deficiencies in accordance with all applicable federal, state and local laws, regulations, codes and standards. Deliverables The Contractor shall perform the following services in accordance with the federal regulations, building code, and BEP requirements as outlined in the Scope above. 1.8 Emergencies. Contractor shall respond to all emergency requests within one (1) hour of initial call. 1.9 Non-Emergencies. Contractor shall respond to non-emergency requests within three (3) hours of initial calls. 1.10 Repairs. The Contractor shall repair all parts required under Code that require under an hour to repair. The Contractor shall provide all labor, tools, personnel and anything else required to perform the services. COR shall be notified if replacement is recommended rather than repair. A proposal shall be presented for all repair services expected to exceed an hour and required under code. Proposal shall be broken out into Labor and Parts at a minimum. Repair cost shall not exceed replacement cost. The BEP reserves the right to have another party make the repairs if it is cost effective for the government. Government may choose to have contractor use Government parts if they are on hand. Contractor must follow BEP permitting and impairment procedures when making repairs. 1.11 Systems Inspection, Testing and Maintenance Frequencies. Contractor shall perform and record results based on the requirements of NFPA for the following frequencies for each required task listed below. Reports on these shall be provided within a month of when they were performed and prior to invoice approval for that month. Contractor is responsible for providing fuel for testing, such that at the end of testing the system meets required safety codes and the diesel fuel tank is 5/8 full. 1.11.1 Automatic Sprinkler Systems. In accordance with NFPA 25, Table 5.1. 1.11.1.1 Monthly Inspection 1.11.1.2 Quarterly Inspection and Testing 1.11.1.3 Semi-Annual Inspection and Testing 1.11.2 Standpipe. In accordance with NFPA 25, Table 6.1. 1.11.2.1 Monthly Inspection 1.11.2.2 Annual Inspection and Maintenance 1.11.2.3 Annual Water Flow Alarm test by flowing water through the system to activate the water flow alarm device. 1.11.3 Fire Pumps In accordance with NFPA 25, Table 8.1. 1.11.3.1 Weekly Inspection and Test. 1.11.3.2 Annual Inspection 1.11.3.3 Annual Maintenance 1.11.3.4 Annual Performance Tests 1.11.3.5 Record Keeping Forms used by the Contractor shall be computer-generated forms that conform to the forms found in the NFPA Fire Protection Systems Inspection, Test & Maintenance Manual (second edition). Contractor shall notify BEP of any deviations from drawings, so that these can be corrected. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. If qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. There will be a base award with four option years. The North American Industry Classification System (NAICS) code is 922160 (Fire prevention offices, government). All interested businesses should notify this office by email to Crystal.Reed-Tweedy@bep.gov on or before 16 December 2013, at Noon EST. Phone calls will not be accepted. Responses should include the following: (1) District Office in which 8(a) firms is serviced by. (2) CAGE Code and DUNS Number. (3) Indication of relevant past experience through the description of at least three (3) and no more than five (5) other awarded maintenance contracts of similar in scope and requirements. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-14-RFI-0229/listing.html)
- Place of Performance
- Address: 14 & C Sts. SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN03246284-W 20131207/131205234753-887c9f504b510c3a03e62b3c7cfed32d (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 |