Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2020 SAM #6639
SOURCES SOUGHT

J -- Fire Alarm Services

Notice Date
1/31/2020 9:52:13 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0169
 
Response Due
2/7/2020 8:59:59 PM
 
Archive Date
04/07/2020
 
Point of Contact
Ritchie P PelletierRitchie.Pelletier@va.gov
 
E-Mail Address
Ritchie.Pelletier@va.gov
(Ritchie.Pelletier@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Fire Alarm Service This is a Sources Sought notice and not a request for quotes.� This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered services, capabilities, and potential small business sources. The Government will not pay any costs for responses submitted in response to this Sources Sought.� This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.�� The Veterans Health Administration (VHA) is seeking a vendor to provide the following services in accordance with the draft Performance Work Statement.�Please see the draft Performance Work Statement below for the requested services and descriptions.�This Sources Sought will be used to facilitate the Contracting Officer s review of the market base for acquisition planning, size determination, and procurement strategy. RESPONSE COMMITMENT Response: Capability Statement All responses should be directed to ritchie.pelletier@va.gov Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired.� If such information is submitted, it must clearly be marked ""proprietary"" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Vendors are encouraged to provide questions, comments, and concerns, regarding the statement of work relating to industry standards and commercial practices. Timeline: This request will close on stated date within the Government Point of Entry (GPE). ������������������� Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission. However, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. ------------------------------------------------------------------------------------ DRAFT - Performance Work Statement Fire Alarm Systems Service Contract Mircom FlexNet 36 Node Fire Alarm System with FX-2003-6DS in seven buildings (Q1, Q2, Q3, Q4, Q32, Q69 and bldg. 245): Fire Alarm Service Provide 24/7 fire alarm labor during normal, after hours and weekends to include all holidays. Service technician response shall be within 4 hours from time of request to arrival on-station. Technicians shall be certified Mircom factory trained. Technician shall be certified as NICET level III. V.A. signature shall be obtained on service report/ticket after service has been rendered provide copy of service report/ticket. Provide diagnostic/troubleshooting of all components within FACP fire alarm control panel to include INX power boosters and voice system. Correct/repair all troubles within FACP, INX power boosters and any component as part of voice system. Provide diagnostic/troubleshooting of all field devices. Repair and or replacement of field devices and wiring shall be accomplished with a separate purchase order. At the discretion/direction from V.A. contractors shall provide 4 hours of on station programming per month. Provide monthly OpenGN workstation maintenance on station which shall include but not limited to additional programming, CAD revisions, Windows updates and factory provided Firmware updates for a maximum of 8 during per month during normal business hours. Provide on station twice a year OpenGN computer wellness/maintenance which shall include but not limited to inspection of all hardware, connections, placements, operation of keyboard, mouse and 42 LCD touchscreen, clean all components to include computer filters. Provide on station once a year wellness/maintenance and visual inspection of V.A. programming laptop which shall include but not limited to programming firmware/software updates, windows updates and functional testing by interfacing with FlexNet nodes. Provide all Mircom manufacturer firmware/software upgrades for all 36 nodes and OpenGN made available by manufacturer with testing required by manufacturer and or NFPA. Provide functional testing once a year of release control panels in bldgs. 209, 239 and 248 which shall include but not limited to activation of control by designated field detection and operation of releasing components to solenoid or listed switch of releasing system without actual suppression release of water and or agent. All service provided shall include all investigation, troubleshooting of nodes and equipment off normal condition shall be repaired. No battery replacement is part of this service contract. KingFisher Radio Reporting System transmitters and receivers for 10 buildings (Q1, Q2, Q3, Q4, Q32, Q69 and to include bldgs. 209, 211, 245 and repeater in bldg. 200) Radio Reporting Services: Provide 24/7 radio reporting system labor during normal, after hours and weekends to include all holidays. Service technician response shall be within 4 hours from time of request to arrival on-station. Technicians shall be certified KingFisher factory trained. Technician shall be certified as NICET level II or III. V.A. signature shall be obtained on service report/ticket after service has been rendered provide copy of service report/ticket. Provide Factory RF radio frequency testing once per year per manufactures recommendation which shall include but not limited to functional testing for each transmitter and receivers, signal strength, dB loss, signal transmission. Provide once per year per manufactures recommendation which shall include but not limited to visual inspection of all RF components of transmitter and receiver systems. Provide Kingfisher per manufactures recommendation all firmware and software upgrades for RF systems. Provide diagnostic/troubleshooting of all components within Radio Reporting RF systems. All service provided shall include all investigation, troubleshooting of FACP and RF system equipment off normal condition shall be repaired. Clean inspect receivers and check printer function in bldgs. 209 and 211. Check and adjust receiver battery charger. KingFisher Pre-Plan Computer Wellness/Maintenance KingFisher Computer and Pre-Plan software services: Provide twice a year maintenance which shall include but not limited to inspection of all hardware, placement, operation of keyboard, mouse and CRT screen to include cleaning of computer and fan filter. Provide KingFisher per manufactures recommendation Pre-Plan software upgrade to include reinstallation of graphics and windows updates. All manufactures firmware/software installation shall include testing recommended by manufacturer and or NFPA. Provide Mircom and KingFisher Training Annual Manufacturers fire alarm training for 2 V.A. personal: Provide Mircom technical training by manufacture. Provide KingFisher technical training by manufacture. All costs for training, travel, lodging and meals for 2 V.A. personal shall be provided. Provide Hardware Replacement Allowance Mircom Technologies and KingFisher Fire Control Inc. Hardware allowances: All fire alarm components requiring replacements due to defects or damage shall be provided under this contract. Vendor shall provide a price list with discounts if applicable. No batteries are provided with this service contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc2a2ad876bf4356b7b3390ba8af6fe2/view)
 
Place of Performance
Address: VAMC Togus Maine;1 VA Center;Augusta, ME 04330, USA
Zip Code: 04330
Country: USA
 
Record
SN05549347-F 20200202/200131230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.