Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
DOCUMENT

H -- 667-15-1-505-0002 - Fire Alarm System Maintenance (Shreveport) - VA256-14-AP-3271 - Attachment

Notice Date
5/15/2014
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25614Q0896
 
Response Due
6/13/2014
 
Archive Date
7/13/2014
 
Point of Contact
Anthony R Mitchell
 
E-Mail Address
0-4068<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to perform/provide the SPECIFIED REQUIREMENT. Contractors 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 anthony.mitchell4@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification: (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business relative to NAICS 561621 commercial and industrial fire alarm sales combined with installation, repair or monitoring services (size standard of $19 million). GSA contract holders listed in the category: 03FAC, 811 002, Fire Alarm Maintenance and Protection Systems, are encouraged to respond. 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 After review of the responses to this sources sought synopsis, a solicitation announcement may/may not be published on the FBO website. Responses to this sources sought synopsis is not considered an adequate response to a solicitation announcement. All interested offerors shall respond to this "Sources Sought Synopsis", in addition to a possible solicitation request. Please demonstrate the contractor's ability to perform maintenance according to manufacturer's specified requirements. Procedures must be performed at the specified time interval by an Industry Certified Technician who has been trained and qualified to work on Johnson Controls, Inc., proprietary equipment. Provide documentation of Industry Certified Technicians qualified to work on Johnson Controls, Inc., equipment. SPECIFIED REQUIREMENT: The contractor shall communicate its capabilities to accomplish the following: 1.Provide Fire Alarm System Preventive maintenance, repair and unlimited emergency service (24hrs. 7 days) on all Government-owned fire alarm equipment and related equipment listed below. Fire Alarm equipment is located at the Overton Brooks VA medical center, 510 East Stoner Ave., Shreveport, LA, in accordance with all terms, conditions, provisions, schedules and specifications. 2.Preventive maintenance and required inspections shall be scheduled monthly from October 1, 2014 thru September 30, 2015. IFC-2020 Fire Alarm System consists of: Smoke detectors (approximately 370 each), pull stations (122 each), water flow switches (62), tamper switches (62), main fire alarm panel (1), remote fire alarm panel (4), annunciator panels (2), speakers (120), strobes (196), horn strobes (22), wiring and other related equipment. 3.Preventive maintenance and repairs shall consist of but is not limited to technical inspections, cleaning, oiling, adjusting, calibrating and replacing all parts to maintain the equipment in first class operating condition in accordance with manufacturer specifications. Preventive maintenance and required inspections shall be scheduled monthly. The Contractor shall provide Engineering Service Fire and Safety Section with a schedule of inspection dates for the term of the contract. Deviation from this schedule will require the Contractor to give 48 hour notice to the Engineering Service. The Contractor shall assist VA Safety personnel with testing of the following fire alarm components in accordance with the requirements of NFPA 72. The Contractor shall provide VA safety personnel with documentation of all devices tested complete with problems identified and actions taken to correct deficiencies. These reports shall be submitted within 10 days following the test. The following items shall be kept by the Contractor at his/her place of business to effect repairs within a 24 hour period of any like item that fails: a. Control Module (2) Ea. b. Monitor Module (2) Ea. c. Smoke Detector Bases - 3 Ea. d. Smoke Detector Heads - 5 Ea. e. Horn Strobes (1) Ea. f. Speaker Strobe (1) Ea. g. Strobe Light (2) Ea. h. Pull Station (2) Ea. i. Duct Detector Housing (1) Ea. The Contractor shall be responsible for supply and installation of all parts necessary for the proper operation of all fire alarm related equipment with the exception of the following: water flow switches shall be supplied by the VAMC. Upon failure of existing water flow switches, VA personnel will remove and install new switch which will be rewired by the Contractor. Please demonstrate the contractor's ability to perform maintenance according to manufacturer's specified requirements. Responses must be emailed to anthony.mitchell4@va.gov no later than NOON CST, June 13, 2014. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place "Attention: Johnson Control Fire Alarm Systems PMI" in the subject line of your email. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF A SOLICITATION THAT DOES NOT EXISTS. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief [five (5) pages or less] capability statement explaining your capability to perform commercial and industrial maintenance service for Johnson Control Fire Alarm Systems. Include the number of technicians who possess a certificate of achievement as a Johnson Control Fire Alarm System technician. GSA contract holders listed in the category: 03FAC, 811 002, Fire Alarm Maintenance and Protection Systems, should respond. Include past experience in performing these services for the VA, other Government (Federal or State) agency, or for a private medical facility. Please specify your maximum capacity (maximum number of fire alarm systems maintained at one time) and your availability to start the project. Please indicate the distance of your facility from the Overton Brooks VA Medical Center. (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 http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25614Q0896/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-0896 VA256-14-Q-0896.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1366085&FileName=VA256-14-Q-0896-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1366085&FileName=VA256-14-Q-0896-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03367980-W 20140517/140515235553-c40d794d207c8253f4bac08ea36d26df (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.