Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2019 FBO #6294
SOURCES SOUGHT

J -- Semi annual fire alarm/ sprinkler inspection and maintenance

Notice Date
2/14/2019
 
Notice Type
Synopsis
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24619Q0327
 
Response Due
2/20/2019
 
Archive Date
4/21/2019
 
Point of Contact
paul.waite@va.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice This is a SOURCES SOUGHT announcement only. The Department of Veterans Affairs Medical Center, VISN 6 Network Contracting Office (NCO), on behalf of the Durham VA Medical Center is conducting market research through this Sources Sought Notice to seek commercially available sources capable of providing Testing, Inspection and maintenance service for the Fire Alarm Systems/ Sprinklers. The government intends to award a base plus four (4) option years Firm-Fixed priced contract. The total duration of the contract shall not exceed 60 months from date of award. All responsible sources may submit a capability statement which shall be considered by the agency. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for Full and Open Competition After Exclusion of sources business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. Interested parties (IP) are required to ensure that DOL Requirements are adhered to. Interested parties are required to review the attached DOL Wage Determination WD- 2015-4375, Rev 9 and determine its applicability. Should interested party find that the labor categories required to perform the works defined in the performance work statement applies, IP shall identify the applicable Labor Category and Rate in their response. Correspondingly, if Offerors find that this is not SCA applicable, they shall be required to identify Non-applicability in their response to this sources sought announcement. The North American Industry Classification System (NAICS) Code for this acquisition is 561621 and the Classification code is J099. All information is to be submitted at no cost or obligation to the Government. Corresponding Schedule and SIN for the sought services are 03FAC- Facilities Maintenance and Management/ 561 001- Fire Alarm System Preventive Maintenance Further, interested parties are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect contract performance/ cost, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim under FAR 33. Pre solicitation/ Post award. List of equipment to be inspected and tested                                 Quantity/ Unit of measurement FIRE ALARM PANELS 42 SMOKE DETECTORS 567 DUCT DETECTORS 200 SPEAKERS/HORNS/BELLS/LIGHTS 950 SMOKE BARRIER DOOR 75 HEAT DETECTORS 50 SPRINKLER RISER (DRY) 4 MANUAL PULL STATION 257 FIRE DOOR DROPS STOPS 40 SMOKE DAMPERS 300 BUILDINGS 1,5,6,7,9,14, 15,23,24,26 AND 33 COMBINATION HORN/STROBES 9 WATER FLOWS TESTING PERFORMED DURING WET RISER 80 SPRINKLER RISER (WET) 9 FM 200 FIRE EXTIGUISHER UNIT 1 SMOKE-FIRE DAMPER-TAMPER SWITCHES 100 TAMPER SWITCHES 186 POST INDICATOR VALVES 12 Interested parties should submit with their response the following information: Company information including point of contact; DUN#; business size and economic category (example: SDVOSB, VOSB, WOSB, SB); and if your company is an authorized service distributor for the manufacturer - provide a letter from the manufacturer that confirms your status as an authorized distributor. If interested party has a FSS contract - please include contract number, and whether the equipment is on the contract. The capability statements received from this market research are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not assume any costs incurred by the contractor in the preparation of responses. Please email this information to paul.waite@va.gov no later than 4:30 pm EST February20, 2019. Phone inquiries will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24619Q0327/listing.html)
 
Place of Performance
Address: Durham VA Medical Center;508 Fulton Street;Durham NC
Zip Code: 27705
Country: USA
 
Record
SN05222467-F 20190216/190214230015 (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.