Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOURCES SOUGHT

H -- FY20: Fire Damper Inspection and repair

Notice Date
7/13/2020 4:56:35 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24820Q1084
 
Response Due
7/13/2020 2:30:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
Keila President, Contract Specialist, Phone: 813-972-2000 Ext 5998
 
E-Mail Address
keila.president@va.gov
(keila.president@va.gov)
 
Awardee
null
 
Description
Page 1 of 2 Request for Information (RFI) is issued solely for informational and planning purposes only. It does not constitute the issuance of a solicitation or a promise to issue a solicitation in the future. The Department of Veterans Affairs (VA), James A. Haley Veterans Administration Medical Center (JAHVAMC), 13000 Bruce B. Downs Blvd., Tampa, Florida, 33612, is currently seeking information from any vendor that can provide Fire and Smoke Damper Inspection Access and Repair services at the facilities listed below. Building 1- 267 Fire Dampers, 29 Smoke Dampers and 8 Fire/Smoke Dampers. Building 1- Ground floor through floor 9 elevator mech room wings Building 30- ground floor through third floor( 4 Floors total) Building 30- 50 Fire Dampers, 6 Smoke Dampers. Building 32- 4 fire Dampers, 7 Smoke Dampers. Building 32- ground floor first floor Building 38 SCI Polytrauma- 277 Fire Dampers. Polytrauma Building 38 Ground floor Wings A,B,C,D,E,F Polytrauma Building 38 Interstitial first floor Polytrauma Building 38 Second Floor Wings A, B, C, G and H Polytrauma Building 38 Third Floor Wings A, B, C, G and H Polytrauma Building 38 Fourth Floor Mechanical rooms G404 and G403 Polytrauma Building 40 Pool Area Building 40 Pool Area 6 Fire Dampers Building 41- 1 Fire Dampers Building 41- Elevator room Building 68-5 Fire Dampers Building 68-First floor Pipe basement through second floor wings A, B, C, D third floor through seventh floor have wing A,B eighth floor and ninth floor penthouse mechanical rooms The amounts listed are approximate numbers. The applicable NAICS for this service is: 238220 - Plumbing, Heating, and Air Conditioning Contractors.($15 million-SBA size Standard). Vendors must be registered in the System for Award Management (SAM - https://www.sam.gov) prior to award. Any interested and capable firms are requested to provide the following information: The Contractor will be required to furnish all tools, materials, Original Equipment Manufacturer (O.E.M), parts, instruments and labor to perform inspection, repair, access and service to all fire dampers at facilities per this requirement. Contractor shall install access doors where required and repair or replace fire, smoke or combo dampers if necessary. Job will not be complete until all fire and smoke or combination dampers are in working order and accessible. Contractor shall be accessible and available within one hour to the James A, Haley VAMC for quality control purposes.. Drawings will be provided prior to scheduling of work. All work will be accomplished within all OSHA and VA Hospital policies and regulations. HOURS OF WORK. Work required in the performance of this contract shall be performed during off-duty hours (after 4:30 p.m. nights and/or weekends). Advance scheduling and notification shall be coordinated with the Contracting Officer s Representative (COR) or his designee. Any other questions can be addressed by contacting the COR or his designee. This excludes Federal Holidays. Note: Federal Holidays observed are Martin Luther King Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, New Year's Day, for 10 total B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer (CO) has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. C. GENERAL REQUIREMENTS 1. Provide inspection and service to ensure compliance with JCAHO/ NFPA Air Conditioning Fire Damper Requirements. 2. Physically inspect each fire damper; clean, exercise, and lubricate, repair/replace fusible links where practical. Provide and install a label on the access door indicating correct damper number and date of inspection. 3. Update Supervisor HVACR Shop or designee daily and perform a final out-brief upon completion of job. 4. Provide a final hard-copy report of the dampers inspected and results of the inspections/repairs. 5. The contractor shall install access doors, in accordance with standard industry practice. Prior to installation these doors must be approved by the COR. The contractor shall repair or replace any damaged corroded or unrepairable fire, smoke or combination damper need for these repairs and or installations shall be reported in writing to the COR at last 72 hours in advance. a. CONFIRMATION OF WORK. All completed repairs or replacements will be inspected by the COR or his designee or picture supplied to verify work. Also, any access doors added will also be visually verified by the COR his designee or a picture to verify. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES SAFETY REQUIREMENTS (1 )The contractor shall take such safety precautions as the VA may determine to be reasonably necessary to protect the lives and health of the occupants of the building. The VA will notify the contractor of any noncompliance with the foregoing provisions and the actions to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the contractor fails or refuses to comply promptly, the Contracting Officer, COR, or designee may issue an order to stop all or any part of the work, and ultimately the contractor could be determined in default of the contract by the Contracting Officer. (2) Contractor shall use appropriate and required Lock Out/Tag Out procedures. (3) Contractor shall abide by regulations set forth in the OSHA Confined Space Standard, if applicable. (4) Contractor shall be responsible for the proper disposal of all toxic and/or contaminated material, as a result of this contract. (5) Contractor shall provide to COR & Safety Office an MSDS for all chemical products prior to bringing products on station. Contractor shall abide by all elements of the OSHA PPE Standard, where applicable. Contractor shall abide by all elements of the OSHA Respiratory Protection Standard, where applicable. Asbestos-containing spray-on fireproofing is located above the ceiling in some of the work areas. Due to this, the following must be adhered to. The VA's COR shall notify the contractor if the work area involves asbestos containing fireproofing. The VA will supply asbestos maps of the building. All Federal, State, Local and VA regulations must be complied with during work in ACM (asbestos-containing material) areas. Monitoring for airborne fibers (asbestos) shall be performed during duct cleaning activities. Monitoring shall be accomplished by a competent person furnished by the contractor, under the general supervision of a State Licensed Asbestos Consultant. Contractor shall provide licensure in order to certify all work is completed in a safe manner and in accordance with all pertinent regulations. Contractor will provide a copy of the Licensed Asbestos Consultant's Quality Assurance Program to the COR for asbestos monitoring. Personal monitoring is required until a negative exposure assessment is established, and then periodically thereafter, as determined by the VA's Industrial Hygienist and the Contractor's licensed Asbestos Consultant. Area monitoring is required when a constructed poly enclosure is used to contain the work area. All monitoring results shall be furnished to the COR within 24 hours of monitoring. Workers must have documentation of, at the minimum, the 16-hour Asbestos O & M course. Supervisors must have documentation of the 40-hour Asbestos Contractor/Supervisor course. Documentation must be presented to the COR prior to start of work verifying completion of medical surveillance, respirator training, and fit testing. If fireproofing is accidentally disturbed, debris shall be removed by use of a HEPA vacuum and/or wet cleaning method. The following procedures must be followed when performing any kind of work (including inspections and dust cleaning) in ACM areas. Work must be performed in an approved enclosure made of 6 mil poly or an approved mini enclosure. The integrity of the enclosure/mini enclosure must be checked before, during and after use. Signage must be affixed to enclosure. Traffic must be restricted surrounding enclosed area or mini enclosure (10 ft. on all sides). Appropriate personal protective equipment (PPE) must be worn. A (HEPA) P/N/R-100 filter respirator and protective clothing (full body coveralls, gloves, etc.) must be worn. All ceiling tiles must be vacuumed with a HEPA vacuum prior to removal and shall be replaced prior to leaving the area. .After work is completed, prior to leaving the enclosure, the inside of the poly enclosure or mini enclosure (including ladder, etc.) and protective clothing must be HEPA vacuumed. All poly, protective clothing, and any other asbestos contaminated material must be properly disposed of as asbestos waste. REPORTING-IN PROCEDURE. Contractor personnel shall sign in and out daily with Hospital Police, Emergency Entrance. Failure to adhere to the reporting procedure may be cause for removal from the property. CLEANING OF WORK AREA. The contractor shall be responsible for cleaning of the work area and equipment upon completion of work. All work area floors shall be wiped/mopped free of cleaning fluids and water at all times. All cleaning supplies creating an unsafe working area shall be removed immediately. SPECIAL TOOLS. The contractor shall provide all tools, ladders, and scaffolding equipment for gaining access into ducts and all other special cleaning and safety equipment EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] PROCEDURAL GUIDELINES: 1 .PART 1 - GENERAL Description of Work 2. The work of this section includes the removal of suspect asbestos-containing debris and other debris that has accumulated inside the air ducts and associated air distribution components. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements with respect to the removal of asbestos-containing materials at least equal to those required by Federal Regulations or as more stringently specified herein. Contractor shall provide workers with NIOSH approved, personally issued and marked respiratory equipment. As a minimum, the respiratory protection shall be suitable for the asbestos exposure level in the work areas according Federal Regulations. When respirators with disposable filters are used, provide sufficient filters for replacement, as necessary by the workers, or as required by applicable regulations. Provide appropriate personal protective equipment, including respirators, during any work ""above the ceiling"" in areas with asbestos containing fireproofing. Permit no visitors, except for governmental inspectors having jurisdiction, or as authorized by COR or Safety Office and Owner, in the work areas after commencement of asbestos disturbance or cleaning. Provide authorized visitors with suitable respirators. Provide workers with sufficient sets of protective disposable clothing, consisting of full-body coveralls, head covers, gloves, and foot covers; of sizes to properly fit individual workers. During activities that require access above suspended ceilings, personnel shall wear one set of disposable clothing. Following daily work shift, outer set of clothing shall be disposed of as contaminated waste. Provide eye protection and hard hats as required for job conditions or by applicable safety regulations. Leave reusable footwear, hard hats, and eye protection devices in the contaminated equipment room until the end of the asbestos abatement work, at which time such items shall be disposed of as asbestos waste or decontaminated for re-use. Provide authorized visitors with a set of suitable protective disposable clothing, headgear, eye protection, and footwear of sizes to properly fit visitors whenever they are required to enter the work area. Provide, in addition to respirators and protective clothing provided for authorized visitors, protective clothing and respirators for use by the Engineer. Furnish protective clothing in as many sets as required for full-time monitoring by the Engineer. Provide and post in a conspicuous area the asbestos removal decontamination and work procedures to be followed by workers. PART 2 - PRODUCTS Personnel Protection Requirements As a minimum, half-face, HEPA-filtered respirators shall be provided to personnel. The respirators shall be personally issued and marked. Materials i. Sheet Metal: Provide the same material repair or replacement sheet metal of the same gauge or thickness as existing ductwork. ii.Pre-manufactured access door with locking seal, of the same material and gauge or thickness as existing ductwork. iii. Caulk: Silicone based product specifically rated for sealing ductwork. iv.Air-tight plugs. v. Disposable protective clothing for personnel. PART 3 - EXECUTION Work Area Preparation i. To prevent contamination, use 6 mil poly to seal off ends and openings of any ductwork not being immediately worked on. ii. In non-asbestos areas, under open ceiling areas, prepare area beneath ductwork being cleaned with a layer of 6-mil polyethylene extending 6 feet to either side of the center line of the run of the ductwork. iii. Prepare work area in areas with asbestos-containing fireproofing as specified in Section V. iv. Suitably support and brace any ductwork, which will be entered by personnel for decontamination, if, deemed necessary by cleaning contractor. v. De-energize electrical systems prior to work using appropriate and required Lock Out/Tag Out procedures. QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with the NFPA Standard 96 and other commonly accepted commercial practices. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. The contractor shall designate a specific quality control inspector(s) to notify in case of complaints. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items, for contractor s failure to correct nonconforming services. SCHEDULE FOR DELIVERABLES The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. REPORTING REQUIREMENTS The contractor shall provide the PM/TM with monthly [frequency determined by project s duration] written progress reports (original plus ___ copies). These are due to the PM/TM by the second workday following the end of each calendar month, throughout the project's duration. The PM/TM is required to provide monthly progress reports to the Contracting Officer s Technical Representative (COR) by the fifth workday of the new calendar month. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. CONTRACTOR EXPERIENCE REQUIREMENTS The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COR and all other direct employees proposed for the project. All Contractor employees will be approved by the COR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. The contractor must inform the VHA COR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. i. If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COR and Project Manager. ii. The contractor shall submit a resume of qualifications to the COR for all direct employees proposed for the project. All Contractor employees will be approved by the COR prior to bringing on duty. CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. RESPONSEAdd the below statement : Responses to this Request for Information Notice should be able to demonstrate the company s capability to responsibly deliver the services listed in the above Scope of Work. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other socioeconomic groups; small businesses and other than small businesses, interested and capable of providing the services described in the above Scope of Work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. If your firm is fully qualified to perform the required services, please provide the below requested information regarding your firm: A. The socio-economic status of your firm, keeping in mind the NAICS code for this requirement is 238220 - Plumbing, Heating, and Air Conditioning Contractors.($15 million-SBA size Standard). If your company meets small business size requirements and can provide these services, please ensure this NAICS code is currently listed under your company in SAM, or have it added right away. Please check any and all of the following that apply: Service disabled veteran-owned small business_________ Veteran-owned small business _______ Small business_______ (8a) firm _________ HUB zone ________ Large Business/Other than small business firm__________ GSA Schedule (if applicable) _______________ B. Responses to this notice shall also include the following information: Company Name: DUNS #: Full Address: Point of Contact Information (Job title, Phone Number and E-mail Address): C. Any pertinent information which demonstrates your firm s ability to meet the above requirements. Any response that does not provide the necessary information in the capability statement will be considered to be a negative capability response. All offerors must be registered in the System for Award Management (https://www.sam.gov/SAM/) and Representations and Certifications must be completed prior to any future award. To be considered as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) interested vendors must be a verified SDVOSB/VOSB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/. Supporting evidence must be furnished in sufficient detail to demonstrate your company can perform the services for the Fire and Smoke Damper Inspection Access and Repair requirement. Determination not to compete this proposed contract based on responses to this notice, is solely within the discretion of the Government. 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 a solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 238220 - Plumbing, Heating, and Air Conditioning Contractors.($15 million-SBA size Standard). Any offeror capable of providing this service shall notify the Contract Specialist by email within 7 calendar days from the date of the publication of this special notice. *Responses shall be sent via email to Keila.President@va.gov, no later than 5:30 PM EST on 7/20/2020. Any questions about this notice should be sent to Keila.President@va.gov and the title of email shall read: 36C248120Q1084 Fire and Smoke Damper Inspection Access and Repair services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ddca40f8a7f4670bcf48c38911d46ec/view)
 
Record
SN05719578-F 20200715/200713230153 (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.