SOLICITATION NOTICE
63 -- FIRE PROTECTION SERVICES
- Notice Date
- 6/14/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 922160
— Fire Protection
- Contracting Office
- 4101 Indian School Road NE Suite 225 Albuquerque NM 87110
- ZIP Code
- 87110
- Solicitation Number
- 75H70719Q00057
- Response Due
- 6/28/2019
- Point of Contact
- Darrell Chino, Contract Specialist, Phone 505-256-6757, Fax 505-256-6848, - Judith A. Mariano, Contract Specialist, Phone 505-256-6753, Fax 505-256-6848
- E-Mail Address
-
darrell.chino@ihs.gov, judith.mariano@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This Request for Quotation (RFQ) is being issued via solicitation number 75H70719Q00057. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98. (iv) Pursuant to the authority under FAR 19.5. This requirement is a Small Business Set-Aside and only qualified Offerors may submit bids. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160. (v) The Contract Line Items (CLIN) and pricing structure are as shown below: Fire Protection System Services. (vi) Fee Schedule: Fire Protection System Services will be purchased. SEE ATTACHMENT (Fee Schedule) (vii) The purpose of this fixed price purchase is to procure Fire Protection System Services with the following Scope of Work: GENERAL A. Services: The purpose of this contract is to provide specialized testing, inspection services and repair work to ensure that the AAIHS facilities/buildings are in compliance with NFPA and Joint Commission accreditation requirements regarding the Fire Protection systems. The Contractor for this work shall provide all material, equipment, labor, tools, etc., to perform the required inspection of and repair work to the Fire Protection Systems as described and at the facilities located within the Santa Fe Service Unit, Albuquerque Area Indian Health Service (AAIHS), and Taos Picuris Service Unit, Albuquerque Area Indian Health Services (AAIHS). B. Location of Work: The work is to be performed at the Santa Fe Indian Hospital, and the Dental Clinic. Located on 1700 Cerrillos Road, Santa Fe, New Mexico 87505. The Taos Picuris Health Center is located on 1090 Goat Springs Road, Taos, New Mexico 87571. The required work shall be inclusive of all buildings and facilities described in this SOW. The San Felipe Health Center is located at 4 Cedar Street, San Felipe Pueblo, NM 87001. C. Minimum Qualifications Requirements: The Contractor shall meet the qualification requirements and possess the required experience as follows: 1. Have a minimum of five (5) years' experience in the Fire Protection System industry and in the work of inspecting systems for compliance with code requirements. 2. Have performed similar type projects in scope and size within the last two (2) years. 3. Have experience in the New Mexico/Arizona/Texas/Colorado geographical area. 4. Have the ability, including equipment and personnel, to provide reports and drawings as required elsewhere in this Scope of Work (SOW) within 30 calendar days after completion of work at each facility. D. Facility Overview and Procedures: 1. The Contractor shall attend and participate in an initial meeting with the Project/Facility Manager, Supervisory Maintenance Mechanic and Maintenance staff within two weeks from the date of award from the Contracting Office. The pre-performance meeting agenda shall include, at a minimum, a review of the specific facility's Contractor procedures, safety and security measures, work schedule, and any required coordination. 2. The Contractor shall provide a detailed written schedule and sample report for the Service Unit at the pre-performance meeting. These documents shall be reviewed to ensure that the reporting periods meet all facility and code requirements. 3. The Contractor shall perform all work during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal Holidays. Authorization other than normal work hours shall be coordinated and approved in advance with the Facility/Project Manager. 4. The scheduled work shall be coordinated with the respective Facility Maintenance Contact. The inspections and all work are to be completed while the facilities remain in operation. The Contractor shall ensure that the services do not disrupt patient care. Per Service Unit policies all professionals and crew members scheduled to provide services at the designated facilities are required to complete the appropriate Government forms for background and security clearance. Services are to be scheduled according to NFPA Life Safety 101 for quarterly, semi-annual, and annual inspections. 5. The Contractor shall sign in and out with the Facility Maintenance office during every visit. A Contractor's badge shall be provided to each crew member on-site and shall be worn as work is performed. Badges shall be returned at the end of the work day or at the end of the service period as determined by the Facility/Project Manager. 6. The Contractor shall adhere to all policies, standards, and requirements of the respective facility while on-site. Safety procedures shall be strictly adhered to at all times. WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT Wage Determinations under the Service Contract Act by Direction of the Secretary of Labor are hereby incorporated under WD 15-5451 (REV-7) from the www.wdol.gov on 01/01/2019. PROJECT DESCRIPTION: The Contractor shall perform quarterly and annual inspections on the referenced systems as follows: A. Santa Fe Indian Hospital and Santa Fe Indian Dental Clinic- Fire Sprinkler system: 1. The Contractor shall provide Riser Inspection services every quarter or from last inspection report date in accordance to the NFPA 25 and CMS standards. Services shall include inspection of sprinklers system risers and vertical sprinkler pipe valves in which the contractor shall inspect, remove debris and replace all worn-out and defective parts as necessary. 2. The Contractor shall inspect the Dry Fire Sprinkler system quarterly and annually or according to NFPA 25. Services shall include inspection of dry sprinkler system riser and vertical pipe valves in which the contractor shall inspect, remove debris, ensure there are no air leaks, and replace all worn-out or defective parts as necessary. The contractor shall also inspect and service the air compressor attached to the system riser, repair or replace all worn-out and defective parts as necessary. 3. The Contractor shall test, inspect and repair, if necessary, the Fire Sprinkler Back Flow Preventers annually. The Contractor shall ensure backflow preventers operate effectively by insuring that the aquifer ground water connected to the facility buildings does not allow back flow of water back into the aqua ground water. The Contractor shall ensure proper water pressure is maintained in water pipes for normal water heating and safe water drinking conditions by performing a pressure test. If parts are in need of replacing due to wear, malfunction, inoperability, or defect, the Contractor shall notify the Facility Maintenance and repair the system. 4. The Contractor shall test, inspect and repair, if necessary, the Hospital Kitchen Hood Protection System (Wet Chemical Fire Control) semi-annually per NFPA 96. Services shall include inspection of Kitchen Hoods to ensure that no vapors are released into others areas of the building and the kitchen hood ventilations operate properly by letting vapors into the outside air. The Contractor shall repair and/or replace the system as necessary to ensure operation is in compliance with the applicable codes. 5. The Contractor shall test and inspect emergency automatic fuel shut off valve annually according to NFPA 96. The Contractor shall repair and/or replace the system as necessary to ensure safe and proper operation is in compliance with the applicable codes. 6. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance with NFPA 10. The Contractor shall keep record of all fire extinguisher tests and ensure all inspections are done in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform 6yr hydrostatic testing of all fire extinguisher and replace if necessary. 7. The Contractor shall test and inspect all risers for the required five-year service in accordance to NFPA 25. Service inspection shall include inspection of all system risers and associated parts. The contractor shall remove debris and replace all warn out and defective parts as necessary. The contractor shall include photos of the inside of the piping to show wear and tear. B. Taos Picuris Service Unit (Taos Picuris Health Center) - Fire Sprinkler System 1. The Contractor shall provide Riser Obstruction services every quarter or from last inspection report date in accordance to the NFPA 25. Services shall include inspection of sprinklers system risers and vertical sprinkler pipe valves in which the contractor shall inspect, remove debris and replace all worn-out /defective parts as necessary. 2. The Contractor shall test, inspect and repair, if necessary, the Fire Sprinkler Back Flow Preventers annually. The Contractor shall ensure backflow preventers operate effectively by insuring that the aqua ground water connected to the facility buildings does not allow back flow of water back into the aquifer ground water. The Contractor shall ensure proper water pressure is maintained in water pipes for normal water heating and safe water drinking conditions by performing a pressure test. If parts are in need of replacing due to wear, malfunction, inoperability, or defect, the Contractor shall notify the Facility Maintenance and repair the system. 3. The Contractor shall test and inspect all risers for the required five years' service in accordance to NFPA 25. Service inspection shall include inspection of all system risers and associated parts. The contractor shall remove debris and replace all warn out and defective parts as necessary. The contractor shall include photos of the inside of the piping to show wear and tear. 4. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform six years' hydrostatic testing on all fire extinguishers and replace is necessary. C. San Felipe Health Center- Fire Extinguishers 1. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance to NFPA 10. The Contractor shall keep record of all fire extinguisher tests and ensure all inspections are done in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform a 6yr hydrostatic testing on all fire extinguishers and replace if necessary. DELIVERABLES: The Contractor shall provide the following reports for each location and each site visit: A. Service Orders: 1. The Contactor shall provide service reports or work orders for certification that satisfactory services have been received in accordance with the scope of work and as required by NFPA. B. Inspection Reports: 1. The Contractor shall provide written detailed inspection reports of every site visit and every service procedure performed. This shall include, at a minimum, date of performance, name of Technician, location, test results, all repairs, and deficiencies discovered, problems and comments on overall condition of fire protection System. PERIOD OF PERFORMANCE: Period of performance will be from TBD, 2019 through TBD, 2020 with four one (1) year options for renewal. If the Government exercises its option to renew pursuant to FAR Clause 52.271-9, Option to Extend the Term of the Contract, the following schedule shall prevail: Base and Four 12 Months Option Years: NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-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/HHS/IHS/IHS-ALB/75H70719Q00057/listing.html)
- Place of Performance
- Address: SANTA FE SERVICE UNIT 1700 CERRILLOS ROAD SANTA FE, NM
- Zip Code: 87505
- Country: US
- Zip Code: 87505
- Record
- SN05341392-F 20190616/190614230033 (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 |