SOURCES SOUGHT
12 -- Fire Damper Inspection at VA San Diego
- Notice Date
- 8/2/2019
- Notice Type
- Synopsis
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q1042
- Response Due
- 8/8/2019
- Archive Date
- 9/7/2019
- Point of Contact
- edward.kook@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for quote (RFQ) and it does not obligate the Government to award a contract. Request for a solicitation will not receive a response. The purpose of this sources sought announcement is for market research purposes; to make the appropriate acquisition decisions; and to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classification in relation to North American Industry Classification System (NAICS) 922160 Fire Protection. The Department of Veterans Affairs, Network Contracting Office (NCO) 22 is seeking sources to provide the following professional services at the VA San Diego Healthcare System: Fire Damper Inspection This contract is for the inspection of the hospital fire dampers in accordance with National Fire Protection Agency (NFPA) 90A, National Fire Protection Agency (NFPA) 80 and National Fire Protection Agency (NFPA) 105. This contract shall be for the one - time performance of the inspection. The contractor shall supply all labor, tools, supervision, materials and equipment necessary to complete the inspection. VA San Diego Healthcare System will provide the previous inspection report. Major Duties and tasks include, but are not limited to: Access the dampers through existing access openings in the ductwork. Dampers shall be HEPA vacuumed and cleaned. Mechanical (Fire) dampers shall have the fusible link removed allowing the damper to close. If the damper closes properly, the damper has passed. If there are obstructions, and they are minor, the technician will remove them and verify proper closing of the damper. The damper will be opened and the fusible link will be reset. If the link is damaged, it will be replaced. If the damper does not close proper, it will be noted as a failure. The recommended correction will be noted in the failure log of the report. Electric or Pneumatic (Fire/ Smoke, Smoke) dampers shall be operated by removing the source of power or vacuum that keeps the damper open. This will cause the actuator to close the damper. A visual observation of the damper closing and reopening completely is required for the damper to pass the inspection. If the damper also has a fusible link, it will be removed prior to testing, and then reset. If the damper does not close, or closes but does not reopen completely, then the damper has failed. The recommended correction shall be noted in the failure log. The inspection shall verify that there is no damper interference due to rusted, bent, misaligned, or damaged frames or blades. Minor corrections shall be made, if possible, to allow the damper to pass inspection. Minor corrections include dry lubrication, removing an obstruction, such as a screw, wire or other item which may be holding the damper open or closed. Corrections more than these shall be noted on the failure log. Each damper will be assigned a number by Contractor, or Contractor will use a number already assigned to that damper, at the owners direction. Each damper location will receive a label indicating the inspection date, inspector s name, and whether the damper passed or failed the inspection. The number assigned to the damper shall be included in a log indicating the date inspected, type of damper, name of the inspector and whether the damper passed or failed the inspection. The damper location shall be shown on a set of plans provided by the owner. Contractor shall copy the plans and add the locations in a PDF format. Preferably, the plans should be the Life Safety drawings for the facility. If those are not available or do not exist, the locations will be shown on a floor plan. A final report shall be submitted to the owner in electronic format and hard copy with the inspection log, failure log and plans indicating locations of all dampers. Contractor shall use the Solution mobile containment unit for ceiling access and infection control in areas as required by the facility. Contractor technicians must attempt to access all dampers. Contractor must not have an arms reach policy, meaning, technicians will get to all dampers that are not obstructed. The only dampers that will be shown as inaccessible will be those where access is blocked by other equipment, conduits, etc. Fire Damper Inspection duties include, but are not limited to: Only those services required to complete the inspection of 134 dampers VA Medical Center are authorized under this contract. The Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs that are outside of the scope of this contract and reimbursement shall not be made unless prior authorization is obtained. Daily updates of the tasks accomplished shall be provided to the Contracting Officers Representative (COR). A detailed report, in writing, shall be submitted immediately upon the identification of any critical deficiencies that will affect the immediate performance of the system. Any noncritical deficiencies shall be reported in writing at the end of the scheduled inspection. The Contractor shall submit their current California State asbestos worker 16 hour Operation and Maintenance (O&M) certification. The Contractor shall submit their current half mask or equivalent respirator fit test. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. He / She shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He / She shall be responsible for any injury to himself / herself, his/her employees or others as well as for any damage to personal or public property that occurs during performance of this contract that is caused by him/her or his/her employees fault or negligence. The Contractor shall operate under, but not limited to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA, American with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL), ITU and IETF and all applicable audio, video communication data and control standards. All interested offerors who can provide this service shall submit a written response to this notice and include the following: Company name, Address, Point of contact, Phone, fax, and email, DUNS number, Cage Code, Tax ID Number, Type of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business [NOTE: If you are a SDVOSB or VOSB, you must submit your certification from the Center for Verification and Evaluation (CVE) (https://www.vip.vetbiz.gov/)], Provide a copy of your company s current Representations and Certifications from www.sam.gov, Provide evidence your firm can supply the services for this Request for Information (RFI). Firms shall provide the following information on current and/or previous contracts in which you have provided this service. Furthermore, the Government may reach out to your listed point of contact to verify information provided in your response: Contract number Facility s Name and Address Point of contact, to include name, title, phone number, and email of the facility in which you have contracted with. Must complete and sign the following Word Document attached to this notice: S02 QUALIFICATION LIST_FIRE DAMPER INSPECTION If possible, provide an estimate rate for these services on a per procedure basis. All responses must be received no later than August 8, 2019, 10:00 AM Pacific Daylight Time (PDT). If in the event you need to request information directly from the Government, please contact Mr. Edward Kook, Contract Specialist at 562-766-2204 / edward.kook@va.gov. When responding via email, ensure the following title is within the subject line of the email: RFI# 36C26219Q1042: FIRE DAMPER INSPECTION. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Attachments: S02 - QUALIFICATION LIST_FIRE DAMPER INSPECTION NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/LBVANBC/VAMD/36C26219Q1042/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA San Diego HCS;3350 La Jolla Village Dr.;San Diego, CA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05390848-F 20190804/190802230020 (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 |