DOCUMENT
H -- Life Safety Code Compliance 619 - Attachment
- Notice Date
- 1/22/2014
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs;Central Alabama Veterans Health Care;215 Perry Hill Road;Montgomery AL 36109-3798
- ZIP Code
- 36109-3798
- Solicitation Number
- VA24714Q0197
- Response Due
- 1/24/2014
- Archive Date
- 2/3/2014
- Point of Contact
- ROBERT E. MOSS
- E-Mail Address
-
Tuskegee
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SOURCES SOUGHT NOTICE DESCRIPTION OF SERVICES: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to robert.moss@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 541519,Business Associations (size standard $7 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. Central Alabama Veterans Health Care Systems Statement of Work Life Safety Assessment Compliance Determination Services-619 Locations: Tuskegee Campus: Bldg 120, 2400 Hospital Rd, Tuskegee AL 36083 Montgomery Campus: Bldg 1, 215 Perry Hill Rd, Montgomery AL 36109 Barrier Review: a) Vendor will update AutoCAD drawings to meet fire and life safety requirements. b) Vendor will review your drawings and suggest the best routes/locations for the following items based on the Life Safety Code NFPA 101 LSC, 2012 edition: "Fire barriers "Smoke barriers "Occupancy separation barriers "Smoke compartment features "Suites "Exit passageways "Exit stairs c) Vendor will field verify and identify existing smoke and fire barriers. Vendor will provide recommendations and with Hospital approval will revise the routes of the suggested barriers on your current AutoCAD drawings. The updates will be added on a separate layer within AutoCAD. d) Vendor will develop a legend to identify each of the above referenced items. The routes and the locations of the compartments/suites will be verified as part of this process SOC Project Requirements. SOC Project Scope: a)Vendor will perform a detailed Life Safety Assessment (LSA) of Bldg 1 (272,966 gross square feet) and Bldg 120 (162,310 gross square feet) in order to determine compliance with NFPA 101 Life Safety Code, 2012 edition, as summarized by The Joint Commission Standards. We will assist your organization with the upload of identified PFI items to TJC extranet as mandated by The Joint Commission. b)Vendor will utilize the updated Life Safety Drawings that are proposed under a separate project scope within this proposal. We will identify rated walls, smoke barriers, linen/trash chutes, exit stairs, and hazardous areas. A visual survey will be conducted of all fire/smoke zones. This will satisfy the Life Safety drawings requirement of the Basic Building Information (eBBI) form. c)Vendor will review existing field conditions of rated doors, exit signs, vertical openings, fire extinguishers, fire alarm pull stations, audible/visual appliances, kitchen exhaust hood systems, means of egress, dead end corridor deficiencies, travel distance, and hazardous areas. Issues of noncompliance will be illustrated on facility provided drawings as per (b) above noting the location and nature of deficiencies. d)Vendor will inspect above the ceilings. Vendor will be responsible to remove tiles, at which point, Vendor's Compliance Specialist will perform a field of sight inspection and document visible noncompliance deficiencies. e)Vendor will review current Plan for Improvement (PH's) for unresolved noncompliant issues and make recommendations for remediation. Note: Given the nature of regulatory compliance issues, there may be several alternatives to remedy a particular deficiency, each with different costs, durations and benefits, Thus, Vendor does not warrant or represent that dates and actual costs will not vary from those provided. f)Vendor will develop a preliminary budget and established projected start and completion dates for identified noncompliant issues. Any budget estimates or projected start and completion dates and costs provided shall represent a judgment. It is recognized that Vendor has no control over the cost of labor, materials or equipment, over a Contractor's or Hospital's methods of determining costs, timeframes, or over competitive bidding, market and negotiating conditions. g)Vendor will provide a Microsoft Excel spreadsheet of PFI noncompliant issues. The intent of the PFI will be to provide the Hospital with electronic information for ongoing survey readiness. h)Prior to the final submission, vendor will meet with an assigned representative from the Hospital to review all findings as required to the final documentation. Project Documentation: Vendor will provide the following documents per building: One (1) complete set of documentation will be provided as follows: o One hard copy of the Life Safety drawings 11" x 17" Color; o One hard copy of the Life Safety drawings 24" x 36" Color; o One hard copy of the Deficiency drawings 11" x 17" Color; o One hard copy of the Deficiency drawings 24" x 36" Color; o One hard copy of the Detailed Deficiency report with preliminary cost estimates; o Review of your electronic Basic Building Information (e-BBl) Forms; o Sample Policy and Procedures for Preparer Qualifications; o One hard copy of the Plan for Improvement (PFI); Project Timeline: We require four (4) weeks to complete the assessment of these building after award of contract. SERVICE INTERRUPTIONS The contractor shall plan, coordinate, and schedule all site work with the Fire Chief. Where fire protection, detection, or evacuation alarms are affected, advance written approval of the Fire Chief shall be obtained. The implementation plan should be focused on minimizing any interruptions. GENERAL INFORMATION SITE VISIT: Bidders can visit the site prior to bid submittal. All bidders shall report to building #68 room 61 (Safety Management Service). The site visit shall be for the purpose of observing first hand any conditions relevant to the fulfillment of this contract. No consideration will be given to claims based on a lack of knowledge of the existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. Point of contact (COR) is Larry L. Foy (334) 727-0550 ext 5128. The site address is: 2400 Hospital Road Tuskegee, Alabama 36083 and 215 Perry Hill Rd Montgomery, Alabama 36109 HOURS OF WORK: The standard duty day is 0800 am - 430 pm, excluding Federal Holidays. FEDERAL HOLIDAYS: New years Day, Martin Luther King's Birthday, President's Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. GENERAL REQUIREMENTS: a)The contractor shall provide the COR with a list of contractor employees expected to enter into buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. b)It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. c)CAVHCS does not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance. d)The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. The Government will provide contractor with: "The Hospital will provide security ID badges, letters of introduction, appropriate keys, staff notification, and timely access to all spaces. Vendor in cooperation with the Hospital will develop a preplanned access schedule. "The Hospital will provide housekeeping services if required. Penetrations will be documented along 2 hour barriers, 1 hour barriers, smoke barriers and corridor walls only, "This is a visual survey only. Investigative sampling is not included in this Project Scope. The Hospital is responsible for evaluating all deficiencies including the overall management of the Statement of Conditions'''. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide services requested. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to robert.moss@va.gov no later than 4:00pm EST, Friday, January 24, 2014. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: LIFE SAFETY ASSESSMENT COMPLIANCE" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MoVAMC/VACAHCS/VA24714Q0197/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-Q-0197 VA247-14-Q-0197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1170734&FileName=VA247-14-Q-0197-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1170734&FileName=VA247-14-Q-0197-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-Q-0197 VA247-14-Q-0197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1170734&FileName=VA247-14-Q-0197-000.docx)
- Place of Performance
- Address: ROBERT E. MOSS;Department of Vetrans Affairs;CAVHCS Tuskegee VA Medical Center;2400 Hospital Road;Tuskegee AL. 36083
- Zip Code: 36083
- Zip Code: 36083
- Record
- SN03272028-W 20140124/140122234054-0755f22cb3f86148543f62a744e5eba7 (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 |