SOURCES SOUGHT
H -- Safety Services (Base Plus Four Option Years) Sheridan WY 82801
- Notice Date
- 6/27/2019
- Notice Type
- Synopsis
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;1011 Honor Heights Drive;Muskogee OK 74401
- ZIP Code
- 74401
- Solicitation Number
- 36C25919Q0429
- Response Due
- 7/8/2019
- Archive Date
- 10/6/2019
- Point of Contact
- Lance.Davis2@va.gov
- Small Business Set-Aside
- N/A
- Description
- Safety Services VA Medical Center Sheridan WY 82801 BRIEF SCOPE OF WORK (This is for information only) SECTION 1 - GENERAL: 1.1 This statement of work is for performance of services for Fire Suppression Systems, Emergency Eyewash / Showers, Low Point Drains, Fire Extinguishers, and Fire Door inspection, and testing in support of the Sheridan VA Medical Center. The contractor shall provide appropriate personnel for these duties at the Sheridan VA Medical Center, 1898 Fort Road, Sheridan, WY. a. Hours of work are defined as Monday through Friday from 7:30 a.m. to 4:00 p.m., excluding Federal holidays or as otherwise arranged with the Contracting Officer Representative (COR). b. The ten holidays observed by the Federal Government 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, and Christmas Day, and any other day declared by the President of the United States to be a national holiday. 1.2 Background: The Sheridan VA Healthcare System (SVAHCS) has approximately 35 buildings that use fire suppression systems. Fifteen of these buildings comprise the main hospital and administrative buildings that constitute the primary working functions of the hospital. Those buildings contain 17 emergency eyewash stations, 14 emergency shower/eyewash stations, and approximately 300 fire extinguishers. Servicing and maintaining these items comprise a great portion of the safety department s time and effort. 1.3 Objective: The objective of this service contract will be to provide service and maintenance for all included systems, with primary emphasis on those that serve patient needs. SECTION 2 REQUESTED SERVICES: 2.1 Contractor shall provide services, equipment, staff, and tools necessary to perform, inspect, and certify in writing, all fire suppression systems, emergency eyewash / showers, low point drains, fire extinguishers, and fire door inspection, testing, and maintenance, at the Sheridan VA Medical Center, 1898 Fort Road, Sheridan, WY 82801. All services shall be in accordance with The Joint Commission (TJC), ANSI Z358and the most current NFPA 25, NFPA 80, NFPA 101, and any other applicable NFPA standards. Contractor will include documentation of all tested devices and must conform to The Joint Commission (TJC) report style which includes date inspected, unique device identification, device location, status (pass or fail), the type and quantity of devices tested in each building, and a consolidated deficiency findings list per building. Contractor will perform minor maintenance on fire suppression system as needed. Buildings included are: 1,2,3,4,5,6,7,8,9,11,24,31,35,36,37,41,42,55,61,64,71,71N,86,87,90 & 91, and residential quarters 10, 12, 14, 15, 16, 17, 18, 19, 20, 21, 22, 27, & 28. 2.2 Conduct annual / semi-annual fire suppression system inspection, testing, and maintenance (minor repair only) of the back flow preventer on each system. Wet systems are buildings 1, 31, 35, 37(4), 41, 64, 71/71N, 86, 90 and 91. Dry systems are buildings 1, 2, 3, 4(2), 5, 6, 7(2), 8(2), 9, 11, 24, 36, 37, 41, 42, 55, 61, 64 and 87. Residential systems included are: buildings 10, 12, 14, 15, 16, 17, 18, 19, 20, 21, 22, 27, and 28. All inspections/testing will start no later than May and be completed no later than 30 September of each year. 2.3 Conduct weekly / monthly suppression system checks on all wet (monthly) and dry (weekly) systems using VA check sheet document. Wet systems are buildings 31, 35, 71/71N, 86, 90 and 91. Dry systems are buildings 1, 2, 3, 4(2), 5, 6, 7(2), 8(2), 9, 11, 24, 36, 37, 41, 42, 55, 61, 64 and 87. 2.4 Perform monthly and annual fire extinguisher inspections for 300 fire extinguishers throughout the hospital. List / areas will be given upon start of contract. Contractor will provide updated list with location, extinguisher identification number, date it was placed into service, and next hydrostatic test date. The VA will provide building maps with locations. 2.5 Perform weekly emergency eyewash and monthly emergency shower inspection and testing for emergency eyewash /shower stations throughout facility per current ANSI Z358 standard. Eye wash test shall include turning the eyewash on, and verifying the spray head caps come off, and measuring the flow separation. Emergency shower test shall include turning the shower on and ensuring the mixing valve stays in the green temperature zone. Yearly the quantity of water shall be measured from both eye wash and emergency shower stations in gallons per minute delivered. An updated List of devices will be provided upon start of contract. Currently included 27 devices: (15) Eyewash B7 Rm 113, B8 Rm 018 (hallway), B31 Rm 010 & 104, B35, B71 Rm 160, 162 & 264F, B71N Rm 112, 133, 208, 258 & 303 B86 Rm 001, 106D, (11) Shower/ Eyewash B7 Rm 009, 111, B8 Tramway Janitor area, B37 Rm 111, B41, B42, B71N Rm 217, B86 Sub-basement, B90 (2) and Water Treatment Plant. 2.6 Once each month, 6 months total, (May through October) contractor shall provide a fire system low point drain inspection and drain at 22 low point drains in each of the following buildings. Dry systems are buildings 1, 2, 3, 4(2), 5, 6, 7(2), 8(2), 9, 11, 24, 36, 37, 41, 42, 55, 61, 64 and 87. 2.7 Once each month contractor shall inspect the fire department Siamese Wye connections on each building with a fire suppression system. Include buildings 1, 2, 3, 4(2), 5, 6, 7(2), 8(2), 9, 11, 24, 31, 35, 36, 37, 41, 42, 55, 61, 64, 71, 71 North, 86 (3), 87, 90, and 91. 2.8 Contractor shall conduct annual fire door inspections for all fire doors on campus. SECTION 3 - SPECIAL CONDITIONS: 3.1 Any assigned Contractor personnel must be able to pass and maintain a background clearance investigation for obtaining a Government-issued identification badge. 3.2 All fire suppression systems must meet inspection and testing requirements per NFPA guidelines. 3.3 Perform inspections and testing services in compliance with applicable standards and IAW the TJC/VHA Memorandum dated July 2015 and NFPA standards. (See attached TJC VHA Memorandum.pdf) 3.4 Use an NFPA style Inspection Report Form. The form shall be submitted for approval after award. Reports will be a TJC Compliant Format. 3.5 Provide and maintain documentation, reports, and records of inspections and testing in hard copy and electronic format in order to better assist the customer with record keeping (DOCX, XLS). 3.6 Provide qualified, certified & experienced technicians for all inspections & testing of the fire suppression systems. 3.7Coordinate inspections and testing with the appropriate VAMC Personnel. 3.8 Ensure to notify the all facility personnel where testing is to be performed. 3.9 Perform the testing during normal hours (7:30am to 4pm, Monday thru Friday). Hours may be adjusted with approval of Safety Office prior to scheduling. 3.10 Notify and coordinate with the maintenance manager or other point of contact to minimize any unwanted responses. 3.11 Follow-up on completion of any work subcontracted to ensure work is done as required in a timely manner. 3.12 Provide guidance and knowledge to aid in Sheridan VAMC meeting requirements as set forth by NFPA, ANSI, and TJC during the term of this contract. 3.13 Ensure only authorized personnel are performing work associated with this contract. This applies to any work sub-contracted as a result of this award. SECTION 4 - GOVERNMENT FURNISHED DATA: 4.1 Building plans and Operation and Maintenance manuals will be available for review. SECTION 5 - RESPONSIBILITIES 5.1 Government Authorized Individuals Contracting Officer's Representatives (CORs) will be appointed for individual projects under this Agreement. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR and the Contractor's Representative shall work together to ensure that all contractual requirements are being met. The COR will interpret specifications or technical portions of the work. The COR is not authorized to perform, formally or informally, any of the following actions: (l) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. Only a warranted CO is authorized to obligate funds on this or any other contract action. The contractor shall immediately notify the CO in writing if the COR has taken an action (or fails to take action) or issues directions (written or oral) that the contractor considers to exceed the above limitations. The contractor shall provide the CO information copies of all correspondence to the COR. Location of performance VA Medical Center 1898 Fort Road Sheridan, WY 82801 IMPORTANTR NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. Please communicate via e-mail to Lance.Davis2@va.gov by COB July 7, 2019 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size Please provide DUNS number If you have a FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-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/VA/VARMCCC/VARMCCC/36C25919Q0429/listing.html)
- Place of Performance
- Address: VA Medical Center;1898 Fort Road;Sheridan WY
- Zip Code: 82801
- Country: USA
- Zip Code: 82801
- Record
- SN05354075-F 20190629/190627230020 (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 |