DOCUMENT
S -- Fire Suppression Services American Lake VAMC - Attachment
- Notice Date
- 2/2/2017
- Notice Type
- Attachment
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26017N0154
- Response Due
- 2/16/2017
- Archive Date
- 5/17/2017
- Point of Contact
- daniel.szambelan@va.gov
- E-Mail Address
-
daniel.szambelan@va.gov
(daniel.szambelan@va.gov)
- Small Business Set-Aside
- N/A
- Description
- 13 This is a SOURCES SOUGHT NOTICE in support of the Puget Sound Health Care System (VA PSHCS) in SEATTLE, WA, for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Daniel Szambelan at daniel.szambelan@VA.Gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by February 16, 2017, at 3:00p.m. EST. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 922160 Fire Fighting Services. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA PSHCS is to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov). DESCRIPTION OF THE REQUIREMENT: 1. SCOPE OF WORK: The work required by this specification requires the Contractor operate a fire station which provides the service of Fire Suppression to the American Lake Division of VA Puget Sound Health Care System (VA PSHCS). Contractor will be required to respond to all emergency calls and fire alarms. The service shall be provided 24 hours per day, 7 days per week, 365 days per under the provisions of a firm-fixed price contract. Response time shall be within eight (8) minutes of initial call with a minimum of a four (4) person professional firefighter crew or a VA approved equivalency plan with a three (3) person professional firefighter crew. Contractor shall also be required to provide pre-fire planning, emergency medical aid, emergency rescue and hazardous material response. VA PSHCS American Lake Division is a 117-acre facility with a total of 71 buildings that is located adjacent to North Fort Lewis as well as the city limits of Lakewood, Washington. There are 5 buildings that have patients residing in of which there are 144 nursing home / dementia / domiciliary care beds; 11 average of 33 staff residents living in a total of 6 buildings. The Contractor shall provide and may received services under a formal mutual aid agreement with other local fire services. The publications listed in Paragraph 17 (APPLICABLE REGULATIONS, MANUALS, SPECIFICATIONS) are incorporated by reference into this contract and are supplemental to this specification. These publications are available for inspection in Acquisition and Material Management, Building 6 up to the time of bid opening. The Contractor is to maintain on file at his own expense the current and latest edition of each applicable publication (i.e. NFPA, OSHA). VA will provide the contractor with current VA publications (i.e. fire suppression/fire safety). All references in the exhibits and on any drawings or blueprints furnished are for informational purposes only. Such references do not necessarily indicate that these locations or function designations will remain stable; they may be changed by VAPSHCS Director. Changes will be coordinated with the Contractor by the Contracting Officer prior to the initiation of such changes in order to assure adequate contractual coverage. Under this contract the Contractor will provide all manpower, equipment and facilities. The Government will not provide any facilities or equipment. This contract will be Contractor Owned/Contractor Operated (COCO). Contractor s facilities will be located off the premises. 2. SUPERVISION BY CONTRACTOR: 2.1 Contractor shall not employ any person who is an employee of the U.S. Government if that person would create a conflict of interest. Employees shall be citizens of the United States, or if an alien, that his/her residence within the United States is legal. 2.2 Contractor and his/her employees shall become acquainted with and obey all Government regulations as posted and as requested by the CO when on VAPSHCS American Lake Division facility. 2.3 Contractor shall provide competent supervision at all times. The Contractor shall designate in writing a Contract Manager (Fire Chief or other designee) who shall be responsible for the overall management and coordination of the Contractor s work force and shall act as the central point of contact with the Government. This shall be submitted to the CO within 10 days after award of contract. 2.4 Contractor shall ensure that all Fire Department operations are conducted in a safe manner and that all fire fighters are knowledgeable in fire fighter occupational safety and health practices. Contractor shall comply with all provisions of NFPA 1500, Standard on Fire Department Occupational Safety and Health. 2.5 The Fire Chief (Contract Manager) or alternate shall have full authority to act for the Contractor on all contractual matters relating to daily operation of this contract. 3. PERSONNEL QUALIFICATIONS AND REQUIREMENTS: 3.1 The Contractor shall ensure that proper staffing levels are maintained at all times, as stated in the Scope of Work and in Paragraph 12, Specific Tasks. 3.2 Contract employees shall meet the following mandatory minimum experience and training requirements. a. All employees shall have State of Washington Firefighter I status or equivalent. b. All employees shall meet State and County requirements for Emergency Medical Technician Basic for medical emergencies. c. Firefighters shall meet the requirements of NFPA 1001, Standard for Fire Fighter Professional Qualifications. d. Engineers (Driver/Operators) shall be licensed to drive motorized firefighting equipment, and operate specialized firefighting pumping equipment and mounted pressurized systems and dispensing devices. They shall meet the requirements of NFPA 1002, Standard for Fire Apparatus Driver/Operator Professional Qualifications, as well a NFPA 1001. e. Captains shall be required to supervise the operations of an Engine Company and meet the requirements of a Company Officer as stated in NFPA 1021, Standard for Fire Officer Professional Qualifications. 3.3 The Contractor shall certify in writing the Contracting Officer that all employees meet the mandatory minimum requirements. a. The Government reserves the following rights: To hold the Contractor liable for property losses sustained by the Government as the direct consequence of a failure to furnish the required level of fire protection. b. The parties to this contract hereto agree that the contractor, as a result of his contractual obligation to supervise the personnel furnished and oversee the quality of their performance, is responsible for all performance or lack of performance of work required by this contract. 3.4 All Contractor employees shall be identified by a distinctive name plate, emblem, or patch attached in a prominent place to an outer garment. 3.5 The Contractor shall develop and implement a comprehensive training program to cover all aspects of fire protection. The training program shall include pre-duty training, phase-in training and refresher-recurring training (as specified below). The Contractor shall maintain records of training and have available for review upon request by Contracting Officer. 3.6 Each Fire Department member shall receive a minimum of four (4) hours of training each work week or an equivalent amount of training through weekly, monthly or other training programs to maintain speed and efficiency. The Contractor shall develop a refresher training schedule. The training plan will include as a minimum the following areas: a. Engine Company fire ground operations. b. Pre-fire planning. c. Emergency procedures for incidents other than fire. d. Training with mutual aid companies. 4. QUALITY CONTROL/QUALITY ASSURANCE: 4.1 The Contractor shall establish a complete quality control program to ensure that all requirements are provided for, as specified in all sections of this contract. One copy of the Contractors Basic Quality Control Program shall be provided to the Contracting Officer upon request. The Contractors Basic Quality Control Program and Quality Control Plan will include but not be limited to the following: a. A statement describing how the Contractor will meet the basic requirements of this contract (i.e. staffing levels, time to respond to an incident, equipment requirements). b. A method for identifying deficiencies in the quality of services performed before the performance becomes unacceptable. c. A method of recording or logging the daily activities of the contractor, which would demonstrate the Contractor s ability to maintain the minimum of this contract. 4.2 The Government will monitor the contractor s performance under this contract using the quality assurance procedures. A record of all QA inspections conducted by the Government will be provided to the Contractor during the term of this contract. 4.3 Reports: 4.3.1 The Contractor shall submit reports as required by the Scope of Work and all applicable provisions and clauses as follows: 4.3.1.a. Designation of Contract Manager. Due ten (10) days after award of contract. 4.3.1.b. Certification of Contractor employee s meeting mandatory minimum requirements. Due on contract start date. 4.3.1.c. Written schedule of training program. Due ten (10) days after request. 4.3.1.d. Basic Quality Control Program. Due ten (10) days after request. 4.3.1.e. Quality Control Plan. Due ten (10) days after request. 4.3.1.f. Incident reports. Due seven (7) days after every incident at VAPSHCS American Lake Division. 4.3.1.g. Contractor Phase-In-Plan. Due ten (10) days after contract award. The contractor shall develop a phase-in plan which will cover the period of time between contract award and contract start date. (1) Training and orientation of contract employee s to the various aspects of providing fire protection service specific to VAPSHCS/American Lake Division (2) Development of the pre-fire plan. 5. CONTRACTING OFFICER S TECHNICAL REPRESENTATIVE: 5.1 APPOINTMENT OF CONTRACTING OFFICER S TECHNICAL REPRESENTATIVE (COTR): Upon contract award, or thereafter, the Contracting Officer may designate a Contracting Officer s Technical Representative. Such individual(s) will be named in writing and individual responsibility will be set forth at that time. 5.2 In any event, no such named individual has the authority to issue any direction under this contract either technical or otherwise, which constitutes a change to the terms, conditions, price or delivery schedule of the contract. Only the Contracting Officer is authorized to alter the contract in any manner and this authority cannot be delegated. 6. CORRESPONDENCE: 6.1 All correspondence relative to this contract shall bear the Department of Veterans Affairs contract number, title, and the name of the medical facility. 6.2 The contractor shall provide for the preparation and submission of reports, forms, personnel records, training reports and other data incidental to the performance of services under this contract as specified in the contract or required by CO. 6.3 The Contractor shall maintain an operational communications system utilizing radio equipment and telephone as necessary. The Contractor shall provide radio and telephone communications procedural instruction for routine and emergency use. 7. SECURITY REQUIREMENTS: 7.1 The Contractor shall comply with all VA Police requirements. 7.2 The Contractor shall establish and implement methods of ensuring that no keys issued to the Contractor by the Government are lost or used by unauthorized persons. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall also establish and implement methods to ensure that no lock combinations are revealed to unauthorized persons. These control methods shall be included in the quality control plan. 7.3 The Contractor shall immediately report lost or duplicated keys to the CO. 7.4 In the event that keys are lost, the Government, at its option, will replace the affected locks or perform rekeying. In this case, the total cost of rekeying or replacement shall be deducted from the semi-annual payment due to the contractor. in the event that a master key is lost or duplicated, all locks and keys for the system will be replaced by the Government and total cost shall be deducted from the semi-annual payment due. NOTE: Administrative buildings are locked at approximately 6:00 p.m. All non essential doorways on Building 81, Main Hospital, 12:30 a.m., Building 4, 8:00 p.m., and Building 2, Nursing Home Care Unit, is locked at 9:00 p.m. 8. DAMAGE AND EQUIPMENT LOSS: 8.1 All task accomplished by Contractor personnel will performed to minimize damage or disfigurement of Government-owned furnishings, fixtures, equipment, and architectural or building structures. The Contractor shall be responsible for all damages to real and/or personal property or injuries to persons that occur as a result of his/her negligence. 8.2 When the Contractor has caused damage or loss of Government equipment and/or when performance is determined unsatisfactory, the COTR will prepare and issue a Contract Discrepancy Report (CDR) through the CO. The Government retains all rights under this contract. 9. DEFINITIONS: Commonly used acronyms and their equivalents appear in this Contract. Terms as used throughout this Scope of Work shall have the following meanings. 9.1 Contract Discrepancy Report (CDR): A report prepared and issued by the QAE through the CO when the Contractor has caused damage or loss of Government property and/or when performance is determined unsatisfactory. 9.2 Contract Manager: The individual designated by the Contractor to carry on the day-to-day operations of the contract and to act as the central contact point between the Contractor and the Government. 9.3 Contracting Officer (CO): The person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. 9.4 Contracting Officer s Technical Representative (COTR): Any person or persons designated by the Contracting Officer to act for the CO within the limits of the delegated authority. This person would also be the QAE Officer. 9.5 Contractor: The term Contractor as used herein to both the prime Contractor and any subcontractors. The Contractor will be responsible for ensuring that his subcontractors comply with the provisions of this contract. 9.6 Contractor-Owned, Contractor-Operated (COCO): A method of contracting for services in which the Contractor supplies all equipment, material, and facilities which he needs to operate under the terms of the contract. 9.7 Emergency Response: Response by Contractor personnel within eight minutes of notification to deal with an emergency situation arising at the medical facility. 9.8 Excessively Worn: Worn close to or beyond serviceable limits and likely to result in failure if not replaced before the next operation. 9.9 Fire Chief: The person designated in writing by the Contractor to be responsible for the overall management and coordination of the contract. The Fire Chief serves as the central point of contact with the Government on matters dealing with the complete supervision of all Fire Department activities, including fire prevention, personnel training, education, structural fire fighting operations, and rescue. 9.10 Good Operating Condition: The condition of a motor vehicle which indicates that it is within safe or serviceable limits or that damage will not result during operation. The term good condition includes but is not limited to such items as the following: a. Bumpers and grills not bent or twisted. b. Tires and hoses not chafed or burned. c. Windshield and windows not broken or cracked. d. Wiring not bare or frayed. e. Fender not dented or collapsed. f. Upholstery or interior surfaces not torn or cut. g. All moving parts adequately lubricated. 9.11 Hazardous Working Conditions: Situations which present real or potential hazards to the physical well-being of Contractor personnel due to such factors as, but not limited to, exposure to products of combustion, infectious diseases, unruly patients, falling objects, chemical exposures and extreme weather conditions. 9.12 Insurance: Coverage by contract whereby one party undertakes to indemnify or guarantee another against loss by specified contingency or peril. Contract shall have at the very least the minimum amount of insurance mandated by governing State laws for his operation. 9.13 NFPA: National Fire Protection Association 9.14 OSHA: Occupational Safety and Health Administration 9.15 Quality Assurance Evaluator (QAE): That Government person responsible for checking Contractor performance (see COTR). 9.16 Quality Assurance (QA): Those actions taken by the Government to check equipment or services to determine that they meet the requirements of the Scope of Work. 9.17 Quality Control (QC): Those actions taken by a Contractor to control the suitability of equipment or services so that they will meet the requirements of the Scope of Work. 9.18 Scope of Work: A document that describes accurately the essential technical requirement(s) for services including the standard(s) used to determine whether the requirement(s) have been met. 9.19 Service: A job performed to the standard and within the AQL. The Contractor must do the specific job, meet the standard, and achieve the AQL before performance can be accepted and the Contractor paid. 9.20 Standard: An acknowledged measure of comparison. 9.21 Start Date: The date upon which work under this contract is scheduled to begin. 9.22 VA: Department of Veterans Affairs 9.23 VAPSHCS: Veterans Affairs Puget Sound Health Care System 10. GOVERNMENT-FURNISHED SERVICES: 10.1 ALARM SYSTEM: The Government shall provide a fire detection and alarm system which meets the requirements of a Central Station System as defined in NFPA Code 72, Protective Signaling systems. The signaling system (alarm system) for this facility shall communicate directly to a constantly attended location whose purpose is providing central dispatching services. Signals shall be transmitted from the protected premises (this facility) using a digital alarm communicator via phone line to the receiving station indicated above. On receipt of fire alarm signals the central station will immediately retransmit those signals to the contractor. 10.2 OTHER ALARMS: Alarms other than fire alarms will be handled by in-house personnel and will not be a part of this contract (i.e. blood bank alarm, panic alarm, oxygen alarms). 10.3 FACILITIES: The Government will provide no on-site facilities, i.e. office space, engine garage. 11. CONTRACTOR-FURNISHED ITEMS: 11.1 MATERIALS: The Contractor shall furnish all materials necessary to perform the task specified in the contract. 11.2 EQUIPMENT AND TOOLS: The Contractor shall furnish all equipment and tools necessary to properly perform the work defined in this contract except to the extent specified in Paragraph 10. Contractor s equipment shall comply with all safety standards. All equipment shall be cleaned and sanitized as required for the specific task for which it is intended. 11.3 VEHICLES: The Contractor shall provide all vehicles required to fulfill the requirements of this contract. Vehicles shall be: a. Shall be available for inspection by the QAE/COTR upon request. b. Specifically designed for the task for which they are supplied, i.e., transporting fire fighting equipment and supplies, personnel, etc. c. In operable condition and to meet applicable local, State and Federal safety requirements. d. Painted to present a neat appearance, with the Contractor s name affixed on both sides of the vehicle. e. Operated in accordance with applicable local, State, and Federal requirements. f. Supplied with radio dispatch capabilities. 12. SPECIFIC TASKS: 12.1 GENERAL: The Contractor shall use all available resources to safeguard human life and property, control and suppress all fires at the VAPSHCS American Lake Division and, as necessary, lend assistance within the mutual aid area. 12.2 The minimum fire alarm response of the Fire Station responsible for initial response to the VAPSHCS American Lake Division shall be four (4) trained, professional fire fighters at all times or a written VA approved equivalency plan incorporating three (3) trained, professional fire fighters. This level of staffing must be maintained 24 hours per day, 7 days a week, 365 days a year, despite vacations, sickness, etc. The minimum of four (4) Firefighters shall be maintained to respond to VAPSHCS American Lake Division regardless of other emergency calls that may require the use of this Fire Station staffing, or any portion thereof (i.e. an ambulance or rescue call that could draw the staffing level below the minimum of four fire fighters). In the case of another emergency call, the minimum staffing could be maintained by the use of mutual aid agreements with other agencies or move up and cover in of other contractor resources (i.e. bringing in an Engine Company or additional fire fighters other fire stations). 12.3 The Contractor shall maintain proof of minimum staffing by maintaining a log book at the Fire Station which lists the fire fighters on duty, the activities that take place to maintain the minimum level of staffing and their ability to respond within the minimum response time. 12.4 The Contractor must be physically capable of responding to VAPSHCS American Lake Division in eight minutes or less with the minimum staff of four fire fighters. The eight minute (8) response time shall be from the moment of the alarm notification from monitoring center until the responding apparatus actually stops at the scene of the emergency incident at the VAPSHCS American Lake Division. 12.5 The Contractor must maintain a pumping apparatus which meets the criteria of NFPA 1901 Standard for Pumper Fire Apparatus. The Pumper must have a minimum pump capacity of 750 gallons per minute. Additionally, a second Pumper must be maintained as a reserve, which meets the same criteria as above. Both pumpers must be available at the Contractor fire station in order to ensure one is capable of responding to an emergency incident (since periodic maintenance may place an apparatus out of service). 12.6 The Contractor shall maintain an updated pre-fire plan of the entire VAPSHCS American Lake Division facility, following the procedures contained in IFSTA Manual Fire Department Company Officer. The Contractor shall conduct an initial and periodic company inspection to establish and update the pre-fire plan as needed. The pre-fire plan shall be located on the responding apparatus for quick reference during an emergency call at VAPSHCS American Lake Division. The pre-fire plan shall include, but is not limited to the following information. a. A site plan identifying the names and locations of buildings, roads, fire hydrant locations, water mains, water supply tanks and reservoir and property boundaries a the VAPSHCS American Lake Division. b. An individual plan for each building showing occupancy type, floor plan of each level or floor, locations of utility shutdown, fire protection, system controls (i.e. alarm annunciators, fire sprinkler systems, fire department connections, standpipe riser connections), locations of any hazardous material storage, and any potential for life hazard. VAPSHCS American Lake Division, Facilities Management Service staff, shall provide assistance to the contractor to locate above systems control locations. c. A listing of telephone numbers and radio frequencies of persons or departments that may be required for assistance. The list would include VA Police Service, Facilities Management Service and Boiler Plant Operator at VAPSHCS American Lake Division. 13. FIRE SUPPRESSION: 13.1 The Contractor shall use all available resources to safeguard human life and property, control and suppress all fires at VAPSHCS American Lake Division. 13.2 The Contractor shall maintain a fire watch on all structural fires and wild land fires following suppression until there is no possibility that a rekindle may occur. 13.3 The Contractor shall overhaul and perform salvage operations during and following a fire in accordance with accepted practices as described in the appropriate IFSTA Manuals. 13.4 The Contractor shall not permit unauthorized entry by persons into a fire damaged buildings until the security of the building is turned over to the appropriate authority. 14. MUTUAL AID: 14.1 The Contractor shall request mutual aid from fire departments covered under mutual aid agreements or contracts when any fire or emergency situation is beyond the control of the Contractor operated Fire Department. 14.2 The Contractor shall honor all existing mutual aid agreement. The Contractor shall submit proof to the Contracting Officer, prior to contract award, that such agencies will provide backup support to the Contractor operated department, to include but not be limited to engine and/or truck (aerial ladder or elevating platform) response within their capability. The Contractor shall maintain records of all agreements. 15. HAZARDOUS MATERIAL RESPONSE: 16.1 The Contractor shall respond to emergency hazardous material spills when requested by VAPSHCS American Lake Division. The Contractor shall abide by the provisions of the superfund Amendments and Reauthorization Act of 1986 (SARA) and other Federal, State, and local laws regarding emergency responders at hazardous material incidents. The Contractor shall have an emergency response plan to handle anticipated hazardous material emergencies as outlined in Title III of SARA. Contractor personnel shall be trained to at least the First Responder Operational Level as defined in Federal OSHA 1910.120 and NFPA 472, Standard for Professional Competence of responders to Hazardous Materials Incidents. 16. APPLICABLE REGULATIONS, MANUALS, SPECIFICATIONS: The following apply, as specified, to the requirements of the contract: a. Federal Occupational Safety and Health Association (OSHA) b. National Fire Codes (NFPA) c. IFSTA Manuals d. VA Manual MP III, Part III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c8a913b4f6454022437cf24e534ca6f3)
- Document(s)
- Attachment
- File Name: VA260-17-N-0154 VA260-17-N-0154_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3251402&FileName=VA260-17-N-0154-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3251402&FileName=VA260-17-N-0154-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-17-N-0154 VA260-17-N-0154_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3251402&FileName=VA260-17-N-0154-001.docx)
- Record
- SN04388710-W 20170204/170202234359-c8a913b4f6454022437cf24e534ca6f3 (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 |