DOCUMENT
J -- SEMI-ANNUAL KITCHEN HOOD FIRE SUPPRESSION MAINT & INSPECTION SVCS - Attachment
- Notice Date
- 3/15/2018
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
- ZIP Code
- 98327
- Solicitation Number
- 36C26018Q9072
- Response Due
- 3/21/2018
- Archive Date
- 5/20/2018
- Point of Contact
- Crystal Parris
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Puget Sound Healthcare System American Lake, Tacoma WA and Veteran Affairs Puget Sound Healthcare System Seattle Division, Seattle WA is currently requesting information in order to determine the existence of viable commercial sources capable of providing Semi-Annual Kitchen Hood Fire Suppression System Maintenance and Inspection Services. The intended contract period of performance is for a base year with four (4) one-year option periods. Description of Services: The Contractor shall provide all supervision, labor and materials to provide total system expertise for all commercial kitchen cooking equipment and remote storage area fire suppression needs every six (6) months. Each inspection and or servicing shall be completed no later than the 21st day of the fifth month. The fire suppression system experts shall bring together all the elements needed for fully integrated commercial kitchen hood ventilation and remote storage fire protection systems. During fire suppression inspection, testing and or maintenance the contracted professional will: Visually inspect conduit and location of appliance, duct and plenum nozzles Inspect link line position and position of detectors Inspect the automatic actuation of the fire system by cutting a terminal test link Test the remote pull station Verify electric and gas shuts off when the system is activated Replace fusible links and center link housings Verify the gauge on pressurized tanks is at the proper level Internal inspection of non-pressurized tanks for corrosion Examine cylinders to record and verify the hydro test date Examine the regulator to record and verify the test dates Replace system cartridges when required by manufacturer Remove and clean nozzles to ensure they are not clogged and replace nozzle caps Test all electrical interlocks (electric shut-offs and fan interlock Inspect the piping and copper tubing for tightness Record any obvious deficiencies discovered during the inspection Certification of inspection and maintenance shall be forwarded to the Safety Office prior to payment. Emergency Service: On-site response time within FOUR (4) HOURS. Payment to be made quarterly in arrear of services performed. SEATTLE DIVISION: ANSUL R101 Dry Chemical Fire Controls, One System Located B-100/BA-102 (Nutrition & Food Service) Model: KP 2.75 B-100/1D-101 (Veterans Canteen Service Kitchen) Model: 2.75 ANSUL R101 Dry Chemical Fire Controls, One System Located B-22 (Veterans Canteen Service Kitchen) Model: KP 3.75 PYRO-CHEM, Model: PCL 550 B-1, (Hazardous Storage Shed) AMERICAN LAKE DIVISION: ANSUL R102 Wet Chemical Fire Suppression System B-132 (Veterans Canteen Service Kitchen) One System B-200 (Nutrition & Food Service at Community Living Center) Model: Gaylord Quencher Water Spray PYRO-CHEM, Model: MCH3 Hazardous Waste Storage Shed, behind Bldg. 18 Conduct Hydrostatic Testing of Six (6) ANSUL Dry Chemical Containers and ONE (2) Pro-chem dry chemical container. CHEMICALS (REPLACEMENT) EQUIPMENT INCLUDES: ANSUL R101 DRY CHEMICAL FIRE CONTROLS LOCATED BLDG 100/1D101 (CANTEEN) Pro-Chem PCI-50s ABC Dry Chemical System, located in the Hazardous Waste Storage Building, behind Bldg. 1 Pro-Chem MCH3 ABC Dry Chemical System, located in the Hazardous Waste Storage Shed, behind Bldg. 18 The NAICS code assigned is 541990 All Other Professional, Scientific, and Technical Services and the small business size standard is $15.0 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to crystal.parris@va.gov no later than 9 a.m. on 21 March 2018. Include any comments or questions you may have. Also provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 541990 All Other Professional, Scientific, and Technical Services; the small business size standard for this NAICS code is $15.0 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/36C26018Q9072/listing.html)
- Document(s)
- Attachment
- File Name: 36C26018Q9072 36C26018Q9072.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4153611&FileName=36C26018Q9072-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4153611&FileName=36C26018Q9072-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26018Q9072 36C26018Q9072.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4153611&FileName=36C26018Q9072-000.docx)
- Record
- SN04856226-W 20180317/180315232039-d5c6b73c77fca5c9ec5f6e7b1de55ec6 (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 |