Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
DOCUMENT

H -- METASYS FIRE ALARM SYSTEM MAINTENANCE AT THE BATH VAMC - Attachment

Notice Date
7/27/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
36C24218Q9774
 
Response Due
8/3/2018
 
Archive Date
10/2/2018
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Bath, NY for the purpose of collecting information about METASYS Fire Alarm System Maintenance for the Bath VA Medical Center. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 561621 Security Systems Services (not including Locksmith). The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Janine Childs at Janine.Childs@va.gov. Please send all inquiries to: Janine.Childs@va.gov by 12:00 pm EST Friday, August 3, 2018. Phone calls will not be accepted. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK FIRE ALARM DETECTION SYSTEMS BATH VA MEDICAL CENTER DESCRIPTION OF WORK: The contractor shall perform a functional test and inspection of the Fire Alarm equipment during the scheduled service dates. The testing will be completed via diagnostic tools inherent to the system(s) as well as the functional application. The inspection will determine if the system is functioning properly and operating according to the manufacturer s requirements. If a problem is detected during the inspection it will be immediately documented and corrected based on the terms of the agreement, inspections, Repairs and services on various fire alarm and detection systems in accordance with National Fire Protection Association (NFPA) recommendations, local codes, and manufacturer s recommended procedures. The contractor shall deliver a written report that describes the test, inspection results and services performed. The contractor shall provide all transportation, labor, tools & test equipment to accomplish the following: All fire alarm and detection systems will be inspected and functionally tested in accordance with NFPA recommendations, manufacturer s specifications, VA requirements and local codes-outside VA facility. The base period of performance for this contract shall begin on October 1, 2018, unless otherwise specified, and shall expire on September 30, 2019 with the provision of four option years. Contractor shall furnish all labor, tools, and equipment as applicable to perform: full service maintenance and repairs on identified equipment during normal working hours, unless otherwise specified. Normal working hours are 7:00 AM EST - 5:00 PM EST, Monday through Friday. Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day declared by the President of the United States to be a holiday. Contractor shall provide telephone response within four (4) hours, and will be on-site to provide life threatening emergency service within eight (8) hours. Non-emergency calls, as mutually determined by The Department of Veteran Affairs and contractor will be scheduled for the next business day. Contractor must respond by telephone within two (2) hours of receiving a call for emergency service. Contractor shall document each online and on-site service call and furnish a copy showing time, date, and a brief description of activity. Customer (authorized) signed work orders for on-site system preventive maintenance shall list the inspection date, individual to report to, equipment identification, equipment location, work to be performed and any special instructions. All documentation shall be stored on an on-site service log binder located in the fire department building 14 & a copy is to be provided to the COR. All tests, inspections and repairs are to be performed in accordance with the most recent edition of NFPAs - National Fire Alarm and Signaling Code 72. All systems shall be restored to fully operational status at the end of a workday or over a weekend unless permission is received from Bath VA Facilities Management & Fire Department. The Contractor must be Johnson Controls METASYS certified in the programming and maintenance of all associated systems. Contractor shall perform quarterly preventative maintenance on the following systems & equipment. IFC 2020 Fire Control Panel located in building 104 IFC-320 fire control panels located in buildings 24 & 39 IFC2-640 fire control panels located in buildings 29A, 30, 34 & 78 IFC2-3030 fire control panels located in buildings 33 & 76 FC-72 fire control panels located in buildings 3, 9, 14, 15, 31, 35, 41, 42, 44, 55, 78, 92, 103, 108 & 1301 Binary Field Processing Units (FBPU) NCM Controller NCM Module System Printers Contractor shall perform Semi-Annual preventative maintenance on the following systems & equipment. Metasys Front End (Non UL) located in building 14 JNCA-2 network annunciator in buildings 14 & 44 IFI workstation located in building 14 Contractor must have the ability to obtain UL listed Factory parts to repair the systems located at the facility. This needs to be pre-approved prior to any purchase. Contractor is responsible for all damages caused by its company. Contractor must provide all tools, supplies, equipment and personnel to perform the work of this contract. Contractor is expected to work independently, once oriented, with qualified personnel to accomplish all testing in an efficient manner. Contractor shall provide and install all fire alarm panel batteries yearly for preventative maintenance during the contract year. Contractor shall provide a list of labor cost for all work performed outside of the contract for normal business hours, nights and weekends. No work is to be performed outside of contract hours without permission from the Contracting Officer. Work is to be conducted in a manner which would present the least amount of disruption to the healthcare facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9774/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9774 36C24218Q9774.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509684&FileName=36C24218Q9774-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509684&FileName=36C24218Q9774-000.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: Department of Veterans Affairs;Bath VA Medical Center;76 Veterans Ave;Bath, NY
Zip Code: 14810-0810
 
Record
SN05011373-W 20180729/180727231256-97207aefe4c8332ae41978f0a475eeb4 (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.