DOCUMENT
J -- NEW FIRE ALARM TESTING / MAINTENANCE FOR FHCC FACILITY Intent to Sole Source - Attachment
- Notice Date
- 9/6/2018
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25218Q9881
- Response Due
- 9/12/2018
- Archive Date
- 10/12/2018
- Point of Contact
- Antaeus Gayles
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 4 The Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) in North Chicago Il intends to negotiate a sole source contract with Johnson Controls / SimplexGrinnel Inc to provide Fire Alarm Damper Testing maintenance to the Captain James A. Lovell VA Medical Center in North Chicago, IL. Please read attached SOW below for more information. This contract will be for firm fixed price contract. This procurement is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy the agency requirements. The contract will be firm fixed price and the NAICS code is 561621. This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products, services and capabilities as well as references from other customers who are using these products and services to train staff on the Candela laser to the contracting officer NLT 11:00AM EST, 12 Sept 2018. Supporting evidence must be submitted in sufficient detail to demonstrate the ability to comply with the above requirements and attached Statement of Work, to include access to OEM parts for repairs. Information must be sent to: Antaeus Gayles Great Lakes Acquisition Center Southern Tier 3001 Green Bay Road Building 1, Room 326 North Chicago, IL 60064-3048 Or via fax to (224) 610-3269, or via email response to antaeus.gayles@va.gov. Responses received will be evaluated; however a determination by the Government to not compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the GLAC will proceed with the sole source negotiation with Johnson Controls / Simplexgrinnel Inc All work is expected to encounter normal conditions. Contractor to Install equipment in accordance with the manufacturers installation instructions. If anything unusual is encountered the VA will be notified and pricing will adjust accordingly. PAYMENT FOR SERVICES: Invoices will be paid in arrears on a monthly basis upon completion of the services. Each invoice must include VA purchase order number, and invoice number and the month of the service being invoiced. The invoice should be mailed to the address identified herein. SECURITY REQUIREMENTS: The Contractor s employees shall wear visible identification and company uniforms approved by the COR at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section or from the COTR. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. STATEMENT OF WORK (SOW) as of 04-17-2018 Contract Number: Task Order Number: IFCAP Tracking Number: 556-18-4-5020-0882 Follow-on to Contract and Task Order Number: N/A Contracting Officer s Representative (COR). 2. Contract Title Fire alarm and fire suppression system testing and maintenance. 3. Background. The current service contract is expiring and is still required due to the need for regular testing, maintenance and documentation requirements for the fire alarm, fire suppression system. This will require a site visit by all contractors wishing to bid on this complex contract. 4. Scope. Perform Fire/smoke alarm testing and fire suppression systems IAW all NFPA / JACHO regulations, perform maintenance to all fire alarm devices and equipment to include all devices and field wiring. 5. Specific Tasks. Provide qualified technicians that are at a minimum National Institute for Certification in Engineering Technologies. (NICET) level II or higher to test and document fire alarm systems and devices to meet all the latest editions of National Fire Protection Agency/The Joint Commission NFPA/JACHO regulations. Provide service personnel that are certified on a Simplex Grinnell system to include access to proprietary programing and parts availability to perform maintenance to all fire/smoke alarm and suppressions systems to include field wiring. Deliverables: provide qualified personnel as stated above for testing and maintenance of all fire alarm systems and fire suppression systems of approximately 5000 devices. Provide service personnel with access to the proprietary programing and parts for all repairs 24/7 with a 4-hour response time. Provide documentation records with results of all testing to include a list of deficiencies found during testing. An example of documentation can be provided upon request. All testing must meet with current scheduling of device testing to maintain certification periodicity this can be provided during walk-thru. 6. Performance Monitoring COR will monitor all documentation and testing to ensure compliance with all regulations and proposals. 7. Security Requirements Test and maintenance personnel are required to wear contractor Identification badges at all times. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFI is required. 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. b. Identification of Potential Conflicts of Interest (COI). c. Identification of Non-Disclosure Requirements. d. Packaging, Packing and Shipping Instructions. e. Inspection and Acceptance Criteria. Upon receipt of inspection documentation and any service work documentation.. 10. Risk Control 11. Place of Performance. Work will take place on the FHCC station. 12. Period of Performance. 13. Delivery Schedule. 09-31-2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9881/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q9881 36C25218Q9881 - Fire Dampering System.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580222&FileName=36C25218Q9881-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580222&FileName=36C25218Q9881-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q9881 36C25218Q9881 - Fire Dampering System.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4580222&FileName=36C25218Q9881-000.docx)
- Place of Performance
- Address: Captain James A. Lovell;3001 Green Bay Rd;North Chicago Il
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN05075285-W 20180908/180906231433-9d0c31bcb45f2562594e15e3ce7ae732 (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 |