Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
DOCUMENT

J -- Fire Suppression System – Maintenance & Repair - Attachment

Notice Date
2/4/2016
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
130 West Kingsbridge Road;Bronx, NY
 
Solicitation Number
VA24316N0328
 
Response Due
2/12/2016
 
Archive Date
4/12/2016
 
Point of Contact
Janice Brooks
 
E-Mail Address
Janice.Brooks@va.gov
(Janice.Brooks@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Please note that this is NOT a request for proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, James J. Peter VA Medical Center is currently conducting a market survey for qualified firms capable of providing "Fire Suppression System - Maintenance & Repair located at the New Jersey VA Healthcare System Lyons Campus". Fire Protection Systems include portable fire extinguishers, fire alarm system, kitchen hood suppression systems, fire sprinkler systems to include fire pumps and backflow preventers. The North American Industry Classification Systems (NAICS) is 561621. Responses to this notice must be submitting in writing (email or fax) and must be received not later than February 12, 2016 at 10:00AM. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 561621. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email or fax) and received not later than February 12, 2016 at 10:00AM. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Email: Janice.Brooks@va.gov or Fax: 718-741-4722. Fire Protection Systems Testing and Maintenance Lyons VA Medical Center 151 Knollcroft Road Lyons, NJ 07939 REQUIREMENTS: The Contractor shall provide all personnel, benefits, equipment, training, supervision and supplies except as specified "Government-Furnished" necessary for Fire Protection Systems inspection, testing, maintenance and servicing at the location listed below. A)VA New Jersey Healthcare System Lyons Campus 151 Knollcroft Road Lyons, NJ 07939 Fire Protection Systems include portable fire extinguishers, fire alarm system, kitchen hood suppression systems, fire sprinkler systems to include fire pumps and backflow preventers. The Contracting Officer, upon written notification, may require the Contractor to remove and replace any employee which the COR has reason to believe is not performing their duties in a professional, courteous and/or competent manner. SPECIFICATIONS: 1. PERSONNEL - MINIMUM QUALIFICATION STANDARDS 1 (a)Certifications: "The Contractor employees shall been certified by the National Institute for Certifying Engineering Technologies (NICET) in the appropriate Fire Protection sub-field. For Fire Alarm or Fire Sprinkler testing, to include Fire Pumps, there shall be at least one Level 2 certified Technician preforming the applicable work. "Proof of NICET certifications must be provided at the time of contract execution and maintained by each employee onsite throughout the duration of the contract. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES: "VA shall furnish when required, two-way radio equipment need for communication between the worksite and proper authorities. All furnish equipment is to be returned at the end of the workday and maintain in a proper working condition. 3. CONTRACTOR FURNISHED PROPERTY, SUPPLIES AND SERVICES "Contractor shall provide all tools and equipment necessary to conduct inspection, testing, maintenance, and servicing when required of all appropriate Fire Protection Systems. "The contractor shall provide at the conclusion of testing all applicable reports for the appropriate Fire Protection System. Reports are to be in accordance with the applicable NFPA Standard and Joint Commission requirements of EC03.02.05. PROCEDURES: "All inspection, testing, maintenance, and service of Fire Protection Systems shall be in accordance the appropriate NFPA Standard to include but not limited to NFPA 101 (2015), NFPA 72 (2013), NFPA 25 (2014), NFPA 99(2015), NFPA 17A(2013), and NFPA 10(2013) 4.PERFORMANCE REQUIREMENTS: 5.(a) Post Award Conference -A post award conference will be held at a time and place designated by the Contracting Officer to be attended by the Contractor, the Contractor's supervisor(s), the COR, Contracting Officer and other officials designated by the Contracting Officer. The conference agenda shall include as a minimum: i.Performance Requirements ii.NICET Certifications for personnel iii.Government Furnished Property and Services iv.Contractor Furnished Property, Supplies and Services v.Quality Assurance (b) Site Visit -The Contractor or their representative shall make an appointment through the COR prior to visiting each site along with the assigned security guards for the purpose of performance and site equipment orientation. 6. TRAINING/LICENSES/QUALIFICATIONS: - Each employee shall be NICET certificated. - The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Contractor will provide the COR with copies of all certification documents. 7.CLAIMS/DAMAGES: - Contractor shall be required to provide and maintain insurance on all services and employees who will be providing services under this procurement. Insurances shall include but not be limited to the minimum amounts stated in these specifications in accordance with the FAR regulations including FAR 52.228-5, Insurance-Work on a Government Installation, VAAR 852.237-70, Contractor Responsibilities, and VAAR 852.237-71, Indemnification and Insurance. Supplemental insurance requirements are as follows: a. Workers' compensation and employer's liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. Anticipated amount is $100,000 Workers' Compensation Each Accident and Each Employee/Valet and $500,000 Workers' Compensation Disease - Policy Limit or maximum allowed for the services being performed by law. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. -The Contractor must provide the Contracting Officer insurance certificate(s) evidencing the required minimum coverage prior to commencing work under this contract. The Department of Veterans Affairs shall also be named as an additional insured on the above and the insurance must be maintained during the entire performance of the contract. As noted herein, the Contractor shall be held responsible for any and all claims or damages caused during the performance of the Contractor's services. This means that the insurer has to change the cancellation notice and delete the "will endeavor" and "...but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives". 8.POLICIES AND REGULATIONS As used throughout the following policies and regulations, any reference to "VA Police" means "Contractor personnel." Local Medical Center Policies and Regulations: "Privacy and Release of Information VA Handbook 1605.1 "Standards of Conduct MCM : HR-09-0314 "Hazard Surveillance and Life Safety Assessment Program MCM : EC-25 "Fire Response/Evacuation Procedures MCM : EC-41 "Fire Extinguishers MCM : EC-43 "Key Control & Security Codes MCM : EC-60 General Counsel Opinions: "Damage to Government PropertyOP GC 50-55 The C&A requirements do not apply, a Security Accreditation Package is not required. 9. CONTRACTING OFFICER'S REPRESENTATIVE: -The Contract Officer Representative (COR) is the person at the location assigned to provide technical guidance and advice regarding the services to be performed under this contract. No one other than the Contracting Officer is authorized to make changes to this contract, effecting time, cost or scope of services. 10. PERIOD OF PERFORMANCE: -This will be a base year plus four (4) one year option renewals. Estimated completion date of this contract will be September 30, 2020. "Base Year: Date of Award - September 30, 2016(32 weeks) "Option 1 :October 1, 2016 - September 30, 2017(52 weeks) "Option 2 :October 1, 2017 - September 30, 2018(52 weeks) "Option 3 :October 1, 2018 - September 30, 2019(52 weeks) "Option 4 :October 1, 2019 - September 30, 2020(52 weeks) Please note: The government has the option not to exercise the option years. Exercising the option years will be based on the contractor performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0328/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0328 VA243-16-N-0328.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2544086&FileName=VA243-16-N-0328-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2544086&FileName=VA243-16-N-0328-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lyons Campus VA Harbor Healthcare System;151 Knollcroft Rd.;Lyons, NJ
Zip Code: 07939
 
Record
SN04009892-W 20160206/160204234807-d2354df235ea1627fb2c23c5bfc38f74 (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.