Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
DOCUMENT

R -- Conduct 2014 SOC Survey - Attachment

Notice Date
3/26/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;3001 Green Bay Road;Bldg 1 Rm 313;North Chicago, IL, 60064-3048
 
ZIP Code
60064-3048
 
Solicitation Number
VA69D14R0549
 
Archive Date
4/25/2014
 
Point of Contact
EDWARD J. CARTER
 
E-Mail Address
1-3679<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network 12 Contracting Office, intends to award a sole-source contract to 1st Fire Protection & Code Consultants, LLC, P. O. Box 282, Brownsburg, IN 46112 for the following services: Joint Commission requirement for Statement of Conditions for Buildings 113, 128, 200, 217, 221, and 228. The scope of services will include the following: 1. Conduct a room by room survey of each Building in order to determine compliance with both the 2000 and 2012 editions of the National Fire Protection Association (NFPA) 101, Life Safety Code. 2. Provide recommendations for the appropriate occupancy classification for each section of each building. 3. Evaluate the existing fire and smoke barrier walls and make appropriate recommendations to decommission the walls and cross corridor doors that are no longer required. 4. Conduct random survey of fire and smoke barrier walls above the accessible ceilings. Identify deficiencies on redline drawings for future repairs. 5. Identify deviations from NFPA 101 and document accordingly in an effort to develop maintenance related work orders and Plan(s) for Improvement (PFI). 6. Site visits will require the review of Joint Commission data and updates 7. The following data will be presented in a format using Microsoft Word: A.Statement of Qualifications B.General Building description(s) including height, size, construction classification and occupancy C.Life Safety Assessments and Plan(s) for Improvement forms D.Information provided by the Medical Center regarding any equivalencies approved by the Joint Commission (if any) E.Small scale floor plan drawings identifying the current room layout(s), fire walls, smoke barrier walls, smoke compartment names or designations, and occupancy classification for each floor. Contractor will identify suites, hazardous rooms and key not any special life safety features F.Contractor will provide recommendations on how to correct any non-compliant items that are not correctable by simple, straight-forward methods G.Contractor will prepare a preliminary Plan for improvement in the draft submittal for any items that are not correctable under the current work order system. Upon receipt of the Medical Center's input, Contractor will complete the PFI for inclusion in the final Statement of Conditions documents 8. Contractor will identify all minor deficiencies that are best corrected through normal maintenance efforts or work orders will be provided to the Medical Center by separate letters and lists; these deficiencies will only be included in the draft Statement of Conditions documents 9. Contractor shall provide three draft copies of the Statement of Conditions documents for review 10. Contractor shall provide follow-up technical support by telephone/electronic mail to Medical Center staff personnel on the 2014 Statement of conditions or other fire related issues leading up to the next Joint Commission survey for a total of 12 hours anticipating an average of 1 hour per month 11. Contractor shall provide one master and two numbered copies of the Statement of Conditions documents and a computer Compact Disk (CD) containing the final Statement of Conditions documents and drawings. 12. Contractor will update electronic Joint Commission data to reflect final Statement of Conditions documents (eSOC access only) to be granted by the Medical Center 13. Contractor will provide an exit conference after all surveys are completed with Edward Hines VAMC Safety, Engineering, and Leadership staff to discuss findings and trends for a total of two hours The Medical Center will provide a CD containing the most current electronic drawings files in AutoCAD and current fire and smoke barrier wall arrangements for review and re-plotting prior to the Contractor's site survey. This is a notice of intent announcement only. This is not a request for competitive proposals or a solicitation for offers. However parties interested in responding to this notice re required to do so in writing and shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and/or email address (e) DUNS number (f) type of small business, if applicable, (e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), HUB-Zone, Women Owned Small Business, Small Disadvantaged Business, or Small business) (g) a capability statement that addresses the organization's qualifications and ability to perform as a contractor for the work described above. Submissions must include scope of work and cost, sufficient to determining capability in providing the same service to the Contracting Officer, Edward J. Carter, at Edward.carter2@va.gov no later than March 28, 2014, 12:00pm CST. All capability statements received by closing of this notification will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is being conducted under simplified acquisition procedures. Veterans Affairs Acquisition Regulation 819.7007 is being utilized for this requirement. The intended procurement will be classified under the North American Industry Classification System (NAICS) 541330 with a small business standard of $14M. This is for information purposes only and not to be construed as a commitment by the Government. Any information submitted to this notice of intent is voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14R0549/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-14-R-0549 VA69D-14-R-0549_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1274092&FileName=VA69D-14-R-0549-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1274092&FileName=VA69D-14-R-0549-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03321213-W 20140328/140326235327-56be08b9f4e54983c1594f9dacb644cb (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.