SOLICITATION NOTICE
R -- Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and also provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic
- Notice Date
- 5/4/2021 9:41:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0671
- Response Due
- 5/18/2021 7:00:00 AM
- Archive Date
- 05/28/2021
- Point of Contact
- joseph.locke@va.gov, Joseph Locke, Phone: 803-776-4000 x7814
- E-Mail Address
-
Joseph.locke@va.gov
(Joseph.locke@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24721Q0671 Posted Date: May 4, 2021 Original Response Date: May 18, 2021 Current Response Date: 10:00AM EST Product or Service Code: SERVICE Set Aside (SDVOSB/VOSB): CASCADE NAICS Code: 561621 Contracting Office Address: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a business size standard of $22.0 million dollars. The VA Columbia Healthcare System, located at 6439 Garners Ferry Road, Columbia, SC 29209 is seeking a Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. Prior to submitting a quote: SD/VOSB Vendors shall be Verified in https://www.vip.vetbiz.va.gov/ and All Vendors shall be Registered as Active in https://www.sam.gov/SAM/ Point of Contact: POC for this acquisition is Joseph Locke, 803-776-4000, Ext: 7801; joseph.locke@va.gov All interested companies shall provide quotation(s) for the following: B.2 PRICE/COST SCHEDULE CLIN 0001 Unit of Issue: JB Quantity: 1 Description: Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. B.3 DELIVERY SCHEDULE Delivery Address: VA Columbia Healthcare System, also referred to as the WJB Dorn VA Medical Center Period of performance is based upon award date and shall not exceed one (1) year after the contract has been awarded. Place of Performance: Address: 6439 Garners Ferry Road Postal Code: 29201 Country: UNITED STATES SITE VISIT SITE VISIT: See clause 52.237-1, Site Visit (APR 1984). The site visit will be conducted on Tuesday, May 11, 2021 at 10am EST at the Columbia VA Healthcare System. CHECK-IN REQUIREMENTS: Contractor and all Contractor s Service Personnel shall check in and out with Engineering in Building 20 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. Proceed to Building 106 for Daily Coronavirus (COVID-19) check in process. Every time any personnel leaves any of the buildings, they must return to Building 106 for Daily Coronavirus (COVID-19) check in process. All personnel are required to wear approved masks when entering or working in any of the facilities buildings. They are to be non-surgical type masks, not homemade masks (this is for staff and Contractors). This mask must always be worn. Any personnel caught without wearing an approved mask will be escorted out of the facility. Masks need to be worn whenever you are within six (6) feet of another person, whether you are outside or inside. This includes riding in carts. NOTE: This is the ONLY site visit scheduled for this project; individual or separate site visits will not be scheduled. This is not a mandatory site visit, but it is highly encouraged to attend before submitting a quote. If you have any questions, please contact the Contracting Officer, Joseph Locke at 803-776-4000 x7801 or e-mail at joseph.locke@va.gov. CRITICAL DATES RELATING TO THIS REQUIREMENT: Tuesday, May 4, 2021: Solicitation Issue Date Tuesday, May 11, 2021: Site Visit at 10am EST / VA Columbia Healthcare System Wednesday, May 12, 2021: ALL Questions are due to Contracting Officer NLT 4pm EST Friday, May 14, 2021: Answers to all questions asked will be posted to BetaSam.gov Tuesday, May 18, 2021: Solicitation Closing Date. ALL quotes are due NLT 10am EST. IMPORTANT INFORMATION TO ALL INTERESTED QUOTERS REGARDING QUESTIONS: ALL questions must be submitted in writing via e-mail directly to the Contracting Officer for review and coordination to respond as necessary. NO questions will be addressed over the phone. The Contracting Officer s e-mail address is as follows: joseph.locke@va.gov To ensure that ALL questions are fielded timely, please ensure your e-mail is marked Urgent and includes the following text in the subject line: Urgent: Question(s) relating to Mass Notification System, 36C24721Q0671. Statement of Work Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. REQUIREMENT: On behalf of the Columbia Healthcare System, WJB Dorn VA Medical Center located in Columbia South Carolina. We are looking to have the capability to make announcements utilizing our Notifier Fire Alarm voice system to our 100-acre facility. The reasons are we may need to make these announcements is in certain situations, active shooter, storm warnings, construction detours, fire alarm instructions, code announcements, to list a few reasons. The mass communication needs to be controlled using switches on the main panel in the VA police offices dispatch to allow the circuits to be turned off during night operation. The mass notification needs to be electronically monitored for faults that would inhibit the operation when needed. The Mass notification needs to be UL listed for outdoor use. The installer must be Notifier certified and trained to work on Notifier with at least 5 years experience. The installer must be NICET certified to design and installation of all equipment. All roof mounting shall be done to avoid potential roof leaks and a roof letter is required by a licensed roofing contractor after completion to insure proper control of water removal. The voice announcement needs to be intelligible by fire alarm announcement standards and codes. (Stated below). Work schedule should be between 0700-1530 M-F except Federal Holidays. All access to vendor will be supplied using Contract Key set in building 20. Any work performed after working hours shall be approved and scheduled by the Contracting Officer Representative (COR/ACOR) as required. BACKGROUND: The WJB Dorn VA Medical Center (VAMC) is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. PERIOD OF PERFORMANCE: Period of performance is based upon award date and shall not exceed one (1) year after the contract has been awarded. WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 PERFORMANCE REQUIREMENTS: The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform a complete inspection, testing, maintenance and repair service of the systems in accordance with the frequency and procedures outlined in the most current edition of the Applicable publications below: APPLICABLE PUBLICATIONS: The publications listed below form a part of this specification to the extent referenced. The publications are referred to by the basic designation only. The most current edition of these standards shall be applicable. National Fire Protection Association (NFPA): NFPA 13 Installation of Sprinkler Systems NFPA 14 Installation of Standpipe and Hose Systems NFPA 17A Wet Chemical Extinguishing System NFPA 20 Installation of Centrifugal Fire Pumps NFPA 25 Water Based Fire Protection Systems NFPA 70 National Electric Code NFPA 72 National Fire Alarm Code NFPA 80 Fire Doors and Other Opening Protectives (Fire Dampers) NFPA 90A Installation of Air Conditioning and Ventilation Systems Factory Mutual Approved Guide (FM) NFPA 96 Ventilation Control and Fire Protection of Commercial Cooking Operations NFPA 101 Life Safety Code NFPA 105 Smoke Doors and Other Opening Protectives (Smoke Dampers) NFPA 291 Fire Hydrant Flow Testing and Marking NFPA 2001 Clean Agent Fire Extinguishing Systems Underwriters Laboratories, Inc. (UL) Fire Protection Equipment Directory The Joint Commission (TJC) Environment of Care Manual CONTRACTOR SPECIAL REQUIREMENTS: The Contractor, at the contractor s expense, shall obtain licenses for performing fire alarm inspections, testing, maintenance, and repairs from the State of South Carolina. A South Carolina licensed technician shall be employed by an installer having a State of South Carolina Fire Alarm System and/or Fire Sprinkler Systems licenses., a copy of which shall be given to the VA. This technician shall be present and in responsible charge during all inspections, testing, and authorized maintenance. This technician shall be fully familiar with the types of systems at the VAMC. Documentation: Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the Contracting Officer prior to the award of the contract. The contractor shall provide to the Contracting Officer and Contractor Officer Representative documentation of the certificates of training, licenses, and permits for all new employees not later than seven (7) days prior to that person beginning work under the terms of this contract. The contractor shall ensure that all certificates of training, licenses, permits and bonds are current and valid. All offers shall include documentation and proof of the above certifications and qualifications for each employee. The fire alarm service technicians shall have a thorough knowledge of and experience with the type of Notifier by Honeywell Fire Alarm System in use at the VA Medical Center, Engineering Division. Technicians shall have attended one or more of the Notifier fire alarm equipment manufacturer maintenance/service training classes and the training certificates shall be provided to the VA. The Contractor shall furnish the names of technicians who shall perform work on these systems, the years of experience and locations where they maintained and repaired these systems. Technicians that will act as the on-site supervisors shall have current Notifier Training Certificates for the Notifier Onyx series NFS-3030, the NFS-640, the ONYX Works Workstation and the Notifier-Net Network. The contractor shall provide the VA the name(s) of the proposed-on site supervisors along with a copy of the certificates with the contract proposal for review by the VA. The Training Certificates shall remain current during the service contract period. Technician shall have experience in the past five years in Fire Alarm System testing, repair, maintenance, installation and related activities of building and equipment comparable to the buildings and equipment by this contract. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: The contractor shall be responsible for obtaining any necessary licensure and permits, for complying with any applicable Federal, State and Local laws, codes and regulations in connection with the work performed and the protection of workers and property. SITE CONDITIONS: Asbestos insulation and lead exists in various locations including confined spaces in the buildings located on the VAMC campus. Routine inspection, testing and maintenance work shall be conducted so as not to disturb asbestos and lead. However, if asbestos or lead is suspected and cannot be avoided, notify the Safety Office to determine the course of action. Contractor shall have their own procedures per OSHA standards for these hazards to complete the inspection and test FIRE ALARM MODIFICATIONS BY OTHERS: Renovation and construction projects on other contracts occasionally modify the existing fire alarm system by relocating devices, installing additional devices or deleting existing devices. At the end of each renovation of construction project the VA shall receive the as built drawings in AutoCAD format from the contractor indicating the fire alarm work done on that contract. The Contractor will Make all changes necessary in the computer software to indicate and accept the changed components. The Contactor shall ensure work performance disruption conducted in areas that maintain patients and/or other occupants are kept to a minimum. The Contractor shall ensure proper signage is always posted in work areas when conducting repair service. Contractor shall ensure all tools and equipment are always secured. Tools and equipment shall be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each workday. All debris shall be removed from the work location and facility upon completion of work each day. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification will be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform installation, maintenance and repair service of the (whatever system is to be serviced) EMERGENCY CALL IN REQUIREMENT: The Contractor shall provide a telephonic method for the facility to call in emergency work orders for the system during any failures. Upon notification of failures the Contractor shall have a qualified technician at the facility within two (2) hours to conduct necessary repairs. REPORT REQUIREMENT: The Contactor shall provide a report of service each quarter after all preventive maintenance occurs for each system. This report shall be submitted to the COR no later than ten (10) business days after completion. The report shall contain a minimum of the following items. Date of Inspection Model Number List of Inspected Areas of the System Any areas of concern on each System Work performed on each System (lubrication, adjustments, etc) Name of Inspector CHECK-IN REQUIREMENTS: Contractor and all Contractor s Service Personnel shall check in and out with Engineering in Building 20 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. Proceed to Building 106 for Daily Coronavirus (Covid-19) check in process. Every time any personnel leaves any of the buildings, they must return to Building 106 for Daily Coronavirus (Covid-19) check in process. SAFETY REQUIREMENTS: Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each workday. All debris must be removed from the facility upon completion of service each day. All personnel are required to wear approved masks when entering or working in any of the facilities buildings. They are to be non-surgical type masks, not homemade masks (this is for staff and Contractors). This mask is to be worn at all times. Any personnel caught without wearing an approved mask will be escorted out of the facility. Masks need to be worn whenever you are within six (6) feet of another person, whether you are outside or inside. This includes riding in carts. Contractor shall ensure proper signage, barriers, and/or blockage of service area is provided where applicable, especially at hoist way doors and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted in the WJB Dorn VA Medical Center at any time. All smoking shall be conducted at designated areas on the facility grounds only. TRAINING REQUIREMENTS: The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform a complete inspection, testing, maintenance and repair service of the systems in accordance with the frequency and procedures outlined in the most current edition of the Applicable Publications listed above in Section 4. and 5, above. The contractor shall provide a 1-year warranty on materials and installation: The vendor shall provide a (1) year warranty on provided materials. Training of sequence of operation in all emergencies to include all code conditions, proper use of equipment in VA police office. Four (4) hours VA police officers training will be for day and night shift operation conditions: APPLICABLE PUBLICATIONS: The publications listed above in Sections 4. and 5. form a part of this specification, to the extent referenced. The publications are referred to by the basic designation only. The most current edition of these standards shall be applicable. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.] No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Basis of Award Requirement: Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. SOLICITATION NOTICE OF TIERED EVALUATIONS: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Award will be made to the lowest priced offeror that conforms to the stated evaluation factors and whose offer is found to be the most advantageous to the Government. When evaluating proposals in any tier to determine price reasonableness, the VA contracting officer reserves the right to consider competitive proposals submitted from all offerors (including large businesses). Tier 1: Service-Disabled Veteran Owned Small Business (SDVOSB) The Contracting Officer will evaluate offers, if any, submitted by Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price, the SDVOSB set-aside will be withdrawn and the Contracting Officer will review offers submitted by VOSB concerns. Tier 2: Veteran Owned Small Business (VOSB) The Contracting Officer will evaluate offers, if any, submitted by Veteran Owned Small Business (VOSB) concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price, the VOSB set-aside will be withdrawn and the Contracting Officer will review offers submitted by Small Business concerns. Tier 3: Small Business (SB) The Contracting Officer will evaluate offers, if any, submitted by Small Business (SB) concerns. If no offers were submitted by SB concerns, or if none of the offers would result in award at a fair and reasonable price, the SB set-aside will be withdrawn, and the Contracting Officer will review offers submitted by Large Business concerns. Tier 4: Large Business (LB) The Contracting Officer will evaluate offers, if any, submitted by Large Business (LB) concerns. If no offers were submitted by Large Business concerns, or if none of the offers would result in award at a fair and reasonable price, the Contracting Officer will cancel the solicitation. Technical tradeoff will not be made, and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). *A Tiered approach will be utilized. **ALL factors must be rated ACCEPTABLE to be considered for award. ***MUST be registered in www.sam.gov to receive Government contracts. SAM registration must be active to receive Government contracts. ****If quoting as a Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB), the quoter must be registered in www.sam.gov to receive Government contracts. EVALUATION METHODOLOGY. The award decision will be based on the following: Price: All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. Non-Price Factors: Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. Acceptable ALL minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each Non-Price factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Number # Non-Cost/Price Factors Quoter must clearly document that ALL of the following characteristics and/or other requirements referenced within the Statement of Work (SOW) are clearly documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented and/or cannot be located within the vendor s quote, the vendor s quote will be determined to be technically unacceptable. Technically Acceptable/ Unacceptable 1 Controlled using switches on the main panel in the VA police offices dispatch to allow the circuits to be turned off during night operation. 2 Electronically monitored for faults that would inhibit the operation when needed. 3 UL listed for outdoor use. 4 All roof mounting shall be done to avoid potential roof leaks and a roof letter is required by a licensed roofing contractor after completion to insure proper control of water removal. 5 The installer must be Notifier certified and trained to work on Notifier with at least 5 years experience. 6 The installer must be NICET certified to design and installation of all equipment. 7 The Contractor, at the contractor s expense, shall obtain licenses for performing fire alarm inspections, testing, maintenance, and repairs from the State of South Carolina. THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that ALL of the following characteristics and/or other requirements referenced within the Statement of Work (SOW) are clearly documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented and/or cannot be located within the vendor s quote, the vendor s quote will be determined to be technically unacceptable. Technically Acceptable/ Unacceptable 8 The voice announcement needs to be intelligible by the following fire alarm announcement standards and codes: National Fire Protection Association (NFPA) and Factory Mutual Approved Guide (FM) codes NFPA 13 Installation of Sprinkler Systems NFPA 14 Installation of Standpipe and Hose Systems NFPA 17A Wet Chemical Extinguishing System NFPA 20 Installation of Centrifugal Fire Pumps NFPA 25 Water Based Fire Protection Systems NFPA 70 National Electric Code NFPA 80 Fire Doors and Other Opening Protectives (Fire Dampers) NFPA 90A Installation of Air Conditioning and Ventilation Systems NFPA 72 National Fire Alarm Code NFPA 96 Ventilation Control and Fire Protection of Commercial Cooking Operations NFPA 101 Life Safety Code NFPA 105 Smoke Doors and Other Opening Protectives (Smoke Dampers) NFPA 291 Fire Hydrant Flow Testing and Marking NFPA 2001 Clean Agent Fire Extinguishing Systems Underwriters Laboratories, Inc. (UL) Fire Protection Equipment Directory The Joint Commission (TJC) Environment of Care Manual THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that ALL of the following characteristics and/or other requirements referenced within the Statement of Work (SOW) are clearly documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented and/or cannot be located within the vendor s quote, the vendor s quote will be determined to be technically unacceptable. Technically Acceptable/ Unacceptable 9 A South Carolina licensed technician shall be employed by an installer having a Stateof South Carolina Fire Alarm System and/or Fire Sprinkler Systems licenses., a copy of which shall be given to the VA. This technician shall be present and in responsible charge during all inspections, testing, and authorized maintenance. This technician shall be fully familiar with the types of systems at the VAMC. 10 Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the Contracting Officer prior to the award of the contract. 11 Technician shall have experience in the past five years in Fire Alarm System testing, repair, maintenance, installation and related activities of building and equipment comparable to the buildings and equipment by this contract. THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that ALL of the following characteristics and/or other requirements referenced within the Statement of Work (SOW) are clearly documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented and/or cannot be located within the vendor s quote, the vendor s quote will be determined to be technically unacceptable. Technically Acceptable/ Unacceptable 12 Technicians that will act as the on-site supervisors shall have current Notifier Training Certificates for the Notifier Onyx series NFS-3030, the NFS-640, the ONYX Works Workstation and the Notifier-Net Network. The contractor shall provide the VA the name(s) of the proposed-on site supervisors along with a copy of the certificates with the contract proposal for review by the VA. The Training Certificates shall remain current during the service contract period. 13 The fire alarm service technicians shall have a thorough knowledge of and experience with the type of Notifier by Honeywell Fire Alarm System in use at the VA Medical Center, Engineering Division. Technicians shall have attended one or more of the Notifier fire alarm equipment manufacturer maintenance/service training cl...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2301280a41c440509f9b3e8e4cc0d208/view)
- Place of Performance
- Address: VA Columbia Healthcare System 6439 Garners Ferry Road Columbia, SC 29209 29209, USA
- Zip Code: 29209
- Country: USA
- Zip Code: 29209
- Record
- SN05990797-F 20210506/210504230113 (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 |