DOCUMENT
J -- Service Contract for Annual Fire Extinguisher Inspection/Maintenance - Attachment
- Notice Date
- 9/8/2016
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24916Q0852
- Response Due
- 9/16/2016
- Archive Date
- 12/15/2016
- Point of Contact
- Richard Jones
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-16-Q-0852 is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 561621 and the small business size standard is $20.5 Million. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) - upon submission of quote. Only qualified offerors may submit bids. Introduction: The government anticipates awarding a Firm Fixed Price award, lowest price technically acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. Description of Services: The VAMC Louisville is requesting a base year + (4) one-year option year contract for fire extinguisher maintenance. See Statement of Work (SOW) and Wage Determination for complete details. Period/Place of Performance: VAMC Louisville, 800 Zorn Avenue, Louisville, KY 40206 The following FAR clauses and provisions apply to this solicitation: 52.203-16Preventing Personal Conflicts of Interest 52.203-17Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 52.203-99Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements 52.204-9Personal Identity Verification of Contractor Personnel 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror 52.204-18Commercial and Government Entity Code Maintenance 52.209-7Information Regarding Responsibility Matters 52.212-1Instructions to Offerors-Commercial Items 52.212-3Offeror Representations and Certifications-Commercial Items 52.212-4Contract Terms and Conditions-Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.216-1Type of Contract 52.217-5Evaluation of Options 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract 52.232-38Submission of Electronic Funds Transfer Information with Offer 52.233-2Service of Protest The following VAAR clauses and provisions apply to this solicitation: 852.203-70Commercial Advertising 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72Electronic Submission of Payment Requests 852.237-70Contractor Responsibilities 852.270-1Representatives of Contracting Officers Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service Disabled Veteran-Owned and Veteran-Owned Small Business Factors, and VAAR 852.217-71, Evaluation Factors. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. All quotes received without this documentation will not be considered. All questions should be emailed to Richard.Jones4@va.gov, by Tuesday, September 12, 2016 by 8:00am CST. The subject line must specify VA249-16-Q-0852 - Service contract for Fire Extinguishers. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received by Friday, September 16, 2016 8:00am CST. Email your quote to Richard.Jones4@va.gov. The subject line must specify VA249-16-Q-0852 - Service contract for Fire Extinguishers. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Each vendor shall submit a copy of the following with the vendor's bid package: At least three past performance examples which document projects of similar scope and size to the work required at the Louisville VAMC. At least one past project should be a VA medical facility to show that the vendor is familiar with VA contracting and technical requirements. In addition, the quote should be broken down as such: Base Year:09-22-2016 - 09-21-2017$ Option Year 1: 09-22-2017 - 09-21-2018$ Option Year 2:09-22-2018 - 09-21-2019$ Option Year 3:09-22-2019 - 09-21-2020$ Option Year 4:09-22-2020 - 09-21-2021$ Total For Base & Option Year$ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK Fire Prevention Inspection/Servicing/Training _____________________________________________________________________________________ Robley Rex VA Medical Center Main Campus, Louisville, Kentucky and all supporting structures, (Bldg's 1, 3, 4, 5, 6, 7, 8, 12, 19, 20, 21, 24, T-1, T-20, T-22, T-27, A7MM Pole Barn, Haz Waste Locker (Respectively) 1.0General Statement The Contractor shall provide all personnel, equipment, tools, material, vehicles, supervision and other items and services to perform monthly, quarterly, semi-annual and annual services as described in the detailed sections 5-14 under Statement of Work (SOW). The Contractor shall perform to the standards in the contract and comply with all local, state and federal regulations during the services performed. This firm fixed priced contract is for a base plus four option years per Government discretion. 1.1 Site Location, Project Polices, and Point of Contact (POC) All work covered by this contract is located throughout the Robley Rex VA Medical Center, Louisville Campus. Robley Rex VAMC is located at Exit 2, off of I-71, South on Zorn Avenue (800 Zorn Ave). Robley Rex VA Medical Center is a tertiary care facility classified as a Clinical Referral Level 2 Facility. The administrative office hours are 8:00 a.m. to 4:30 p.m., Monday through Friday. The majority of staff adheres to a working schedule of 8:00 a.m - 4:30 p.m., Monday through Friday. The campus is closed during all federal holidays, with the exception of direct patient care services. All work at the VAMC will be performed during the hours noted. Exceptions may include emergency work and/or by prior approval by POC/COR. Prior to starting work, the Contractor shall provide the names of employees who will conduct inspections. Those employees will be subject to security screening. Only those employees will be permitted to conduct inspections on the campus. The Contractor shall comply with all Department of Veterans Affairs safety requirements. Prior to work, the contractor will be given a health, safety, and security orientation. Arrangements for the execution of this contract shall be coordinated with the designated POC. Since conditions at the campus are subject to change at any time, the Contractor shall check in with the campus POC prior to starting work to review the day's work location, restrictions, and any hazards. 2.0Definitions Throughout this contract terms are defined as follows: Contracting Officer (CO): The Government employee who is authorized to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officers Representative (COR): The Government employee who has been authorized in writing as the contracting officer's representative, acting within the limits of their authority. Quality Assurance Evaluator (QAE): The Government employees responsible for checking contractor performance. Contract Discrepancy Report (CDR): A written record of unsatisfactory performance by the contractor as observed by the Quality Assurance Evaluator (QAE), Attachment 4 3.0Government Shall Furnish Government will only furnish training room. 3.1Contractor's employees shall NOT operate Government-owned transportation vehicles or other VA equipment without prior and specific written authorization by Contracting Officer's Representative. The Contractor and the Contractor's employees shall make no alterations except with the written permission of the Government. 4.0Contractor Shall Furnish 4.1The Contractor shall provide all labor, materials, equipment and training necessary to perform work required under the specifications. 4.2The Contractor shall ensure that all work performed is in accordance with the most current rules and regulations as specified by the National Fire Protection Association (NFPA) 10 2013 Edition or newer, NFPA 96 2014 Edition or newer and 29 CFR 1910, Compress Gas Association, Code of Federal Regulations Title 49 Transportation any local authorities having jurisdiction. 4.3The contractor shall inventory and document all government identified inventory. 4.4The contractor shall provide monthly and annual service records, within 7-days of complete inspection, for all government inventory identified under this contract. 4.5The contractor shall provide monthly labor hours for all services to the COR. 4.6The contractor will provide all training, certifications and personnel to fulfill the requirements of this contract. 5.0 Scope of Work (SOW) This contract covers services performed by contractor for annual, monthly Fire Extinguisher (FE), inspections and services and other services as listed in the line items 5 - 8 as per detailed SOW. ITEMQtyUnit 5.1 Fire Extinguishers (FE) Service-- 5.2 FE Annual Service215EA 5.3 FE Monthly Service12MO 5.4 FE Hydrostatic Testing Service215EA 5.5 FE Six-year Maintenance Service215EA 5.6 FE Recharge Service215EA 6.0 Dry/Wet-Chemical Kitchen Hood System2EA 7.0 Miscellaneous Supplies / Service1LS 8.0 Training Annual Service1LS 5.1 Fire Extinguisher (FE) Services Robley Rex VAMC has various FE in multiple locations. The bulk of FE equipment is located on campus in the various offices and outbuildings on the campus. FE inventory is identified by specific locations. The POC/COR will coordinate date/time that contractor will be on-site, in an effort to deconflict activities prohibiting inspection with the contractor. Contractor shall be responsible for all required personal protective equipment necessary to perform their inspection functions throughout the campus. Contractor shall be provided a minimum of two (2) days per month in order to ensure all inspections are completed. The Contractor shall ensure a current inventory of all FE is identified during the base year and all consecutive years of contract. 5.2 FE Annual Service Annual Maintenance shall include all of the monthly inspection specs, plus: change - out annual tag, re-inventory all extinguishers and provide government an undated service record within 30-days of annual inspection. Annual maintenance service is intended to give maximum assurance that an extinguisher will operate effectively and safely. Annually, the Contractor shall perform maintenance procedures that include a thorough examination listed above and additionally the three basic elements of an extinguisher: "Examination of mechanical parts "Extinguishing agents, and "Expelling means. All service will be performed in accordance with the most current NFPA 10 Standard. 5.3 FE Monthly Service The Contractor shall perform monthly inspections for items identified as part of inventory. Inspections shall include the following: "Ensure extinguishers are identified by location / type / serial number / manufactured "There is no obstruction of access or visibility. "Pressure gage readings or indicators are in the operable range or position (for extinguishers with pressure gages). "Operating instructions on nameplate legible and face outward. "Seal and tamper indicators not broken or missing. "Determine fullness by weighing or "hefting" (for extinguishers without pressure gages). "Examine for obvious physical damage, corrosion, leakage, or clogged nozzle. "Marked with their letter (class of fire) and numeric (relative extinguishing effectiveness) classification. Tags, pins, and tamper indicators shall be replaced as necessary. With each inspection, extinguisher tags shall be dated with month/day/year and initialed by the inspector. No less than 25 days or no more than 40 days may pass between inspections, with an inspection required and documented in all 12 months. 5.4 FE Hydrostatic Testing Service Consecutive hydrostatic testing shall be based on manufacturing date of FE. All service will be performed in accordance with the most current NFPA 10 Standard and 49 Code of Federal Regulations (CFR). All services will be performed by trained/certified operator. Stored pressure extinguishers requiring a twelve (12) year hydrostatic test shall be emptied and subjected to applicable maintenance six (6) years after the last hydrostatic test date stamped on the tank. If, at any time, an extinguisher shows evidence of corrosion or mechanical injury, it shall be hydrostatically tested. Hydrostatic testing intervals are shown below. Hydrostatic Test Interval for Extinguishers Extinguisher TypeTest Interval (Years) Carbon Dioxide5 Dry Chemical, Stored Pressure with Mild Steel Shells12 NOTE: By January 15th of each option year, Contractor is responsible for providing the POC/COR a list of upcoming hydrotesting quantities to be performed during the next option year. 5.5 FE Six-year Maintenance Service Consecutive six-year maintenance service shall be based on manufacturing date of FE. All service will be performed in accordance with the most current NFPA 10 Standard and 49 Code of Federal Regulations (CFR). All services will be performed by trained/certified operator. NOTE: By January 15th of each option year, Contractor is responsible for providing the Project POC/COR a list of upcoming six-year maintenance service quantities to be performed during the next option year. 5.6 FE Recharge Service Any extinguisher found undercharged or discharged shall be recharged/refilled. Consecutive recharge is based on use of FE. A spare fire extinguisher shall be left in place until the permanent FE is replaced. All service will be performed in accordance with the most current NFPA 10 Standard and 49 Code of Federal Regulations (CFR). All services will be performed by trained/certified operator. 6.0 Dry/Wet Chemical Pre-Engineered Fire System There one system, located in Building 1, 2nd Floor Kitchen Hood System. The Contractor will perform semi-annual service the system in accordance with current manufacturing specifications. NFPA 96. 7.0 Miscellaneous Supplies/Maintenance The Contractor will utilize this additional line item to replace utilized and/or missing items for any inventory. Contractor shall submit a monthly itemized list of proposed items for purchase. Upon COR approval Contractor may obtain replacement items under this line item. Items with an End-of-Service (EOS) date must be submitted at least two (2) years prior to expiration date. 8.0 Miscellaneous Training The contractor shall provide miscellaneous training and orientation to VA employees. The training shall be documented and in accordance with OSHA and NFPA Standards. The training will consist of classroom and hands-on exercise to extinguish a controlled fire, utilizing the appropriate fire extinguisher. The Contractor will explain the different types of extinguishers found within the work place, safety precautions and proper use. Training shall occur at a minimum annually and/or more frequently if needed. Contractor shall provide documentation to POC/COR for all of the above noted training sessions. 9.0 Performance Requirement Summary 9.1 It is intended to ensure that the Government receives the services for which it contracted. The government will only pay for services received. The Performance Requirements Summary (PRS) determines if the contractor meets the performance standards of the contract, as well as provides guidelines for how and when surveillance will be performed. It ensures timeliness, effectiveness, and that the contractor is delivering the results specified in the contract. Government contract quality assurance will be performed at such times and/or places as may be necessary to determine the services conform to contract requirements. 9.2 The contractor fails to perform at any time and the work is deemed critical by the COR, the Government may procure and additional Contractor to perform the work. If this occurs, the Contractor shall be required to reimburse the Government for the full costs of the work performed when any one of the following conditions exists in accordance to the Quality Assurance Surveillance Plan. PERFORMANCE REQUIREMENTS SUMMARY Performance ObjectivePerformance StandardAllowed Number of DiscrepanciesSurveillanceValidated Complaints Fire Extinguisher Services As per manufacturer recommendation and specific identified standards 1 Periodic spot check by COR Fails to meet 90% completion Training In accordance with SOW None Annual participation Fails to meet annual calendar minimum participation 10.0 Contractor Certifications Contractor shall obtain and keep current the following: 1) Documents showing proof of ability to service Portable Fire Extinguishers in Accordance with NFPA 10 Standards 2) Current certificate of Liability Insurance with a minimum Commercial General Liability of $1,000,000. 3) Current license with the Kentucky Contractor's Licensing Board. 4) Current license and documents for transport of hazardous materials. 5) Registration with a qualified DOT Drug & Alcohol Testing Program. See Attached Wage and Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916Q0852/listing.html)
- Document(s)
- Attachment
- File Name: VA249-16-Q-0852 VA249-16-Q-0852.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994860&FileName=VA249-16-Q-0852-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994860&FileName=VA249-16-Q-0852-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-16-Q-0852 VA249-16-Q-0852.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994860&FileName=VA249-16-Q-0852-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VAMC Louisville;800 Zorn Avenue;Louisville, Kentucky
- Zip Code: 40206
- Zip Code: 40206
- Record
- SN04262052-W 20160910/160908234556-1ad0bcc1ac5788897683b22d4df81c6a (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 |