Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2020 SAM #6777
SOLICITATION NOTICE

H -- Fire Door Inspections - Sioux Falls VA Health Care System Period of Performance: 08-15-2020 to 08-14-2021 Plus Up to Four Option Years Per Solicitation Requirements Solicitation Amendment 0001 - Technical Questions Responses

Notice Date
6/17/2020 11:27:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26320Q0491
 
Response Due
6/30/2020 9:59:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Doug Reed, Contracting Officer, Phone: 605-336-3230 x7844
 
E-Mail Address
douglas.reed3@va.gov
(douglas.reed3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
2 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 12 0001 06-17-2020 438-20-4-1115-1211 None Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 To all Offerors/Bidders 36C26320Q0491 06-17-2020 X X X 1 06-30-2020, 11:59pm CST 438-20-4-1115-1211 438-3600162-1115-850100-2580-0100501X3 Fire Door Inspections to support the Sioux Falls VA Health Care System Period of Performance: 08-15-2020 to 08-14-2021, plus up to four option years based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. Purpose of Solicitation Amendment 0001 is to: 1) Provide Government responses to technical questions; see attached pages. 2) Update Section B.3 (Statement of Work) with changes highlighted in yellow; see attached pages. Solicitation closing date shall remain: 11:59pm Central Standard Time (CST) 06-30-2020 All other terms and conditions of the solicitation remain UNCHANGED. Doug Reed Contracting Officer VA-VHA-2020-56D92567 CONTINUATION PAGE Government Responses to Technical Questions Solicitation: 36C26320Q0491 Description: Fire Door Inspections Sioux Falls VA Health Care System Number Question Government Response 1 In regards to Scope of Work, how many fire/smoke doors exist on campus? Approximately 256 Doors 2 a) When was the last fire/smoke door inspection and is that report available? b) How many doors were listed in that report? c) Were corrections made after the last fire/smoke door inspection? September 2019 256 Doors Yes 3 What is the age of this facility? Building 5 of campus is 46 years old; Building 1 is 100 years old 4 Can you provide an example of the previous numbering sequence? This is in reference to (4)a under Deliverables section of Statement of Work. Room number followed by building number For example: For Building 1 director s office, 143-1 For Building 5 pharmacy , B92-5 5 Who was the previous contractor that did the numbering sequence? This is in reference to (4)a under Deliverables section of Statement of Work. In-House VA Safety Specialist 6 Has the Sioux Falls VA Health Care System performed any Fire Door inspections and repairs themselves? Yes: 2019 7 What information will need to be annotated on the VA provided AutoCAD fire life safety drawings? Door identification, Rating of door and frame and In compliance or non compliant. 8 Is there a life safety plan for the buildings on the request? Is there an approximate quantity of doors that will be tested? A copy of all the Life Safety Plans will be provided upon award to the awarded contractor See response to Question 1 above 9 Can you please identify who the prior firm that was doing this work for the Sioux Falls VA Health Care System and what their price was for the prior contract? Is this RFQ an attempt to see if the work can be done with a SDVOSB or does the Sioux Falls VA Health Care System normally award this service that way? Not applicable; prior inspection done in-house (b)No, this RFQ is a Total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside to award SDVOSB offerors. Based on market research conducted, there were enough capable SDVOSB to warrant a set-aside for them. 10 Is the approximate quantity of rated doors/frames (excluding rated doors/frames in non-rated walls) known? Of these, approximately how many are missing their label? See Response to Question 1 above Approximately three frames are missing labels on new construction, but that should be warranty work.It is estimated facility is missing labels on about 10 doors and frames after last year s inspection and relabeling. Page 1 of Page 1 of Page 1 of Page 1 of B.3 STATEMENT OF WORK (SOW) Title Fire Door Inspections to support the Sioux Falls VA Health Care System (SF) General Overview The scope of work includes the provision of all labor, materials, equipment, tools, supervision and quality assurance necessary to: (1) Inspect fire, smoke and other door/frame openings. (2) Label all doors/frames with a fire rated certification label at the Sioux Falls VA Health Care System The contractor is responsible for reviewing all items within the Statement of Work (SOW) for assurance that the contractor can meet all required work and inspection criteria. Estimated Quantities There are approximately 256 Smoke and Fire Doors at Sioux Falls VA Health Care System. Place of Performance Sioux Falls VA Health Care System (SF) 2501 West 26th Street Sioux Falls, SD 57105 Building 1 is approximately 100 years old and Building 5 is approximately 46 years old. Contractor shall coordinate work schedule with the VATR. Work hours are typically Monday through Friday 8:00 am to 4:30pm Central Standard Time (CST). Work may be required to be performed outside of normal duty hours if mutually agreed upon by the VATR and Contractor. Any work resulting in hours outside of 8:00am to 4:30pm CST as a result of operational impacts shall occur at no additional expense to the government. Period of Performance This will be a single firm fixed priced contract, with one (1) base and up to four (4) option years: Period Period Begins Period Ends Base 08-15-2020 08-14-2020 Option Year 1 08-15-2021 08-14-2021 Option Year 2 08-15-2021 08-14-2022 Option Year 3 08-15-2022 08-14-2023 Option Year 4 08-15-2023 08-14-2024 Exercise of option years will be made at Government s discretion based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. Deliverables An Inspection Report shall be generated and provided for each door inspected. The report shall include: Building 1 and Building 5 doors shall be in separate areas of the report; Doors on each floor shall be grouped together. Contactors subject matter expert contact information Name Title Email address. Office phone. Cell phone number. Each door shall have the minimum information captured in the report: Compliant or Not Compliant summary. Each Not Compliant door: Reported immediately following the table of contents in the report. Contractor shall include a bill of materials for equipment, supplies, and components necessary to achieve a compliant door. Cut sheets shall be provided for each proposed component including make and model. Field labeling of door or frame where required to achieve compliance. Contractor estimated cost for all materials and labor to achieve a compliant door. A blank portion dedicated to Veterans Health Administration (VHA) notes. May be used to list Maximo work orders or other methods to achieve compliance. Contractor shall identify doors where replacement is recommended in lieu of repairs based on overall cost. Photo of each door. Double doors shall be photographed individually. Door Number and location. Contractor shall continue numbering sequence established by previous contractor. Sequencing shall be room number, followed by building number For example: Room 143 (Director s Office), Building 1 would be 143-1 Door information shall be provided to the VA in sortable spreadsheet containing the following minimum information: Building Floor Room number Door number Rating Type (smoke, fire) Single or double hung Compliance status following inspection efforts Defined and annotated on an AutoCAD drawing; annotation shall include door identification, rating of door/frame, and whether door is in compliance or non-compliant Fire Rating Applicable codes Recommended corrections, sustainment plans, training courses, or best practices to facilitate continued compliance. The Inspection Report shall be delivered to the VA Technical Representative (VATR) no later than 14 calendar days after completion of the inspection and testing. The Inspection Report shall be provided to the VATR in digital format along with (1) hard copy. All work shall be completed in accordance with all applicable Federal, State and Local guidelines/specifications/design standards and in compliance with National Fire Protection Association (NFPA) and U.S. Occupational Safety & Health Administration (OSHA) Regulations, with special emphasis on NFPA 101, 80 and 105 most current editions. Scope of Work Fire door inspections are done annually. Contractor shall complete inspections within 30 days of previous year inspection to remain in Joint Commission compliance (i.e., if prior inspection done in August 2020, next inspection shall be by July 2021). VATR or VATR designee shall give Contractor 14 calendar days of base year inspection needing to be scheduled, and 14 calendar days notice of subsequent option year inspections needing to be scheduled as applicable. Contractor shall respond to VHA inquiries or questions and provide revised documents (if necessary) for during period of performance of the contract. Contractor shall respond to questions within one (1) calendar day if found to be in error by inspection entities or VHA staff. This contract will aid VHA staff in defending report to external inspection entities where errors or omissions are suspected. The contractor shall perform and document an annual test and inspection of all smoke/fire/hazardous location doors/frame that are identified on SF s Life Safety drawings and those specifically identified by VHA staff. The testing, inspection, and labeling shall be performed by the same certified party. Testing and inspection shall be performed by a certified party and conform to American Society for Testing and Materials (ASTM) E 814, ASTM E 1966 and Underwriters Laboratories (UL) 1479, UL 2079 standards National Fire Protection Agency (NFPA) 80, 99, 101 and 105, and the VA-Joint Commission Clarification Document and as well as any additional applicable codes. Testing and inspection shall be performed to the most current edition of each mentioned reference. Rated doors shall be inspected by the means of a Fire Door Gap Gauge. All fire doors shall be manually shut to observe that all mounted hardware functions as designed. The contractor shall be responsible for furnishing all material, labor and/or equipment required to perform all work outlined in this contract. The Government s review, approval, acceptance of, or payment for services required under this contract shall not be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The Contractor shall be and remain liable to the Government in accordance with applicable laws for all damages to the Government caused by the Contractor s negligent performance of any of these services furnished under this contract. Rated doors (fire or smoke) that are mounted in a non-rated barrier shall not be tested per the VA-Joint Commission Clarification Document. January 2020 Revision: Labeled fire doors installed in locations where life safety drawings indicate that a fire door is not required to not need to comply with the requirements of NFPA 80. In addition, the label can remain on the door (based on the 2018 version 101, 4.6.12.3 and A.4.6.12.3) Hazardous wastes are as defined in U.S. Environmental Protection Agency (EPA) regulations 40 Code of Federal Regulations (CFR) 261. The Contractor shall be the official waste generator for any hazardous waste generated through performance of this contract unless specified otherwise in this contract. The Contractor shall not store any hazardous waste in this government property without obtaining prior permission and related instructions from the Contacting Officer. Hazardous wastes shall be moved off location and disposed as they are generated or whenever requested by the Contracting Officer. In no case, shall the waste remain on government property after completion of work. It shall be the Contractor s responsibility to comply with EPA 40 CFR 260265 and DER Code 25 CH 75 regulations concerning hazardous waste generation, storage, treatment and disposal. Contractor shall be responsible for following NFPA 101 Life Safety and 29 CFR 1910 and maintaining compliance within/around the work area during the performance of any work. The Contractor shall be solely responsible for safety during the performance of all work. The Contractor shall perform all work in accordance with the latest Occupational Safety and Health Administration (OSHA) regulations. The Contractor shall coordinate his work with VA Safety through the COR. The Contractor shall be responsible for any damage to public or private property resulting from his/her activities and shall repair or otherwise make whole such damage at no cost to Owner. The Contractor shall provide a safety plan before beginning work. All smoke/fire/hazardous doors and frames that meet all requirements shall be provided a field applied fire rated certification label: Doors that need repair shall be provided the same label once the door is repaired to meet all the requirements. Field labeling is only applicable to assemblies where the original manufacturer s rating label is missing for the door and/or the frame. Government Responsibilities The contractor will be escorted through the facility by a VHA staff member. Government shall provide sanitary facilities and utilities required for work. Government shall provide contractor Auto-CAD drawings and Life Safety Plans. Safety and Accident Prevention In performing work under this contract, the contractor shall: Immediately notify the VATR and VA Safety Office at 7011 in the event of an accident related to the performance of the work. Conform to the specific safety requirement established by this contract. Comply with the safety rules of the Government property that concern related activities not directly addressed in this contract. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of contractor and Government personnel performing, or in any way coming in contact, with the performance of this contract; and Take such additional immediate precaution as the contracting officer may reasonably require for safety and accident prevention purposes. Any VA staff member shall stop contractors work if any immediate danger to life and health item/activity is found during performance of services. Authorized Services Only those services specified herein are authorized under this contract. Prior to performing any service of a non-contract nature, the Contracting Officer (CO) must be advised of the reasons for this additional work. Only the Contracting Officer may authorize additional services and reimbursement will not be made unless prior authorization has been obtained. Qualifications of Contractor Personnel Contractor shall have minimum of 2 years experience and be trained/certified in NFPA 80 (Fire Door Inspection for Health Care Facilities). The Inspector shall be familiar with the door components and their operation. Listed below is a list of typical doors and components but not limited to: Swinging, Sliding, and Overhead Rolling Fire Doors Tin-clad, Kalamein, and Wood doors Smoke and Fire Door assemblies Linen Chute Doors (metal) and Frames Metasys and Simplex systems Various types of door hinges Various types of door frames Locking & Latching hardware Contractor personnel shall have a minimum of two (2) years experience performing fire door inspections; at Government discretion, VATR or VATR reserves the right to verify this experience by requesting documentation from Contractor. Contractor shall obtain all license and certification required by Federal, State, and Local environmental laws and regulations necessary to adhere to the specifications of this contract. The Contractor shall submit all plans, notifications, reports, submittal documents, and fees required by Federal, State, and Local environmental laws and regulations to the appropriate Federal, State, and Local authority and/or agency as necessary to adhere to the specification of this contract. All required licenses and certifications required by Federal, State, and Local environmental laws and/or regulations shall be considered a contract deliverable upon award. Parts for Repairs In the event that repairs resultant from inspections are identified, the Contractor shall provide all replacement parts needed to keep the fire doors in operating condition as originally designed by the manufacturer. No used parts will be used to repair this equipment. For repairs, Contactor shall furnish the VATR with a written estimate of the cost to make necessary repairs. Contractor shall also provide a comparison quote to the VATR for what that item would have cost for commercial pricing so Government has basis for making price fair and reasonableness determination, or as alternative, Contractor shall provide a quote provided to another federal agency for similar item for determination purposes. If cost exceeds cost listed for applicable line item in Section B.2 (Price/Cost Schedule), the Contracting Officer shall issue a bilateral contract modification to increase funding for this line item per coordination with VATR, that includes supporting documentation as cited above. General Requirements It shall be understood that, throughout performance of the contract, the Contractor s personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. Among all other requirements, the VA Health Care System and its property is now entirely smoke-free. Contractor and their personnel shall follow all U.S. Department of Veterans Affairs (VA) policies, standard operating procedures, applicable laws, and applicable regulations while on VA property. Violations of this may result in citation and disciplinary measures for persons violating the law. Contractor and their personnel shall wear visible identification at all times while they are on premises. Contractor shall also wear any ID badges as provided by VATR or VATR designees. VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed. It is the responsibility of the Contractor to park in the appropriate designated parking areas. VA shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Possession of weapons is prohibited. Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor is responsible for the performance of all work in a manner consistent with performance in a health care setting. The contractor shall be responsible for the establishment of Infection Control Risk Assessment (ICRA) Barriers for the containment of all work areas, if required. The nature of the ICRA Barriers required will vary based on the area of the facility in which the work is being performed, as well as the type of work being performed and the manner of performance. Contractor shall participate in preconstruction risk assessment and may be required to provide negative air, plastic zipper walls to maintain infection control and patient safety where requested by VATR or VATR designee: Low Risk Office Areas Medium Risk Cardiology Echocardiography Endoscopy Nuclear Medicine Physical Therapy Radiology/MRI Respiratory Therapy High Risk CCU Emergency Room Laboratories (specimen) Outpatient Surgery Pediatrics Pharmacy Post Anesthesia Care Unit Surgical Units Highest Risk Any area caring for immunocompromised patients Burn Unit Cardiac Cath Lab Central Sterile Supply Intensive Care Units Medical Unit Negative pressure isolation rooms Oncology Operating rooms Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for Services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. An independent contractor shall be considered a subcontractor. Similarly Situated means that entity subcontracted to is same type of entity as the Prime Contractor (i.e., small business subcontracts to small business). Service Contract Labor Standards Requirement Contractor shall provide hourly wages in accordance with U.S. Department of Labor (USDOL) Wage Determinations and FAR Subpart 22.10 (Service Contract Labor Standards); USDOL Wage Determinations are attached in Section D below and updated versions will be attached as part of option year exercises. For guidance on Service Contract Labor Standards and to find the nearest USDOL resource, please refer to https://www.dol.gov/whd/local/index.htm. Invoicing Submissions In addition to regulations set forth in FAR 52.212-4 (Contract Terms and Conditions Commercial Items) (g) Invoice and VAAR 852.232-72 (Electronic Submission of Payment Requests), Contractor shall submit final invoice on any services performed no later than 30 days after end of the period of performance of contract. This ensures that closeout of contracts is in compliance with FAR 4.804-1(b). Documenting Performance The Government shall document positive and/or negative performance. Any report may become a part of the supporting documentation for any contractual action and preparing annual past performance using the Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov. If contractor performance is not satisfactory, the CO shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case, the CO shall document the discussion and place it in the contract file. When the VATR and the CO determines formal written communication is required, the VATR shall prepare a Contract Discrepancy Report (CDR), and present it to CO. The CO will in turn review and will present to the contractor's program manager for corrective action. The contractor shall acknowledge receipt of the CDR in writing within one (1) business day of receipt. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the CO. The Government shall review the contractor's corrective action plan to determine acceptability. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance and the acceptability of the Contractor s corrective action plan. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. The following will be provided to Contractor upon award by VATR or VATR designee: AutoCAD Plans Building 1 AutoCAD Plans Building 5 Sioux Falls VA Life Safety Plans
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28c65d952a0d441484ecde2d5ae6917f/view)
 
Place of Performance
Address: Sioux Falls VA Health Care System 2501 West 22nd Street, Sioux Falls, SD 57105, USA
Zip Code: 57105
Country: USA
 
Record
SN05693868-F 20200619/200617230154 (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.