Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOURCES SOUGHT

L -- VALLHS Statement of Condition (SOC) Drawings

Notice Date
10/27/2021 2:40:16 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26222Q0061
 
Response Due
11/4/2021 3:00:00 PM
 
Archive Date
01/03/2022
 
Point of Contact
Tracey Williams-Douglas, Contract Specialist, Phone: 562-766-2283
 
E-Mail Address
tracey.williams-douglas@va.gov
(tracey.williams-douglas@va.gov)
 
Awardee
null
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT and ANNOUNCEMENT of INDUSTRY DAY 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of businesses, including Veteran Owned Small Business (VOSB) and Service-Disabled Veteran Owned Small Businesses (SDVOSB), interested and capable of providing Landscaping and Grounds Maintenance Services, per paragraph five (5) below, for the VA Greater Los Angeles Healthcare Sepulveda Ambulatory Care Center and Nursing Home. 2. The NAICS for this requirement is 541990 - This industry comprises establishments primarily engaged in the provision of professional, scientific, or technical services. 3. Interested and capable Contractors should respond to this notice not later than November 04, 2021 by providing the following via email only to Tracey.Williams-Douglas@va.gov. (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g., contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) SDVOSB/VOSB respondents are encouraged to provide proof of registration in the Veteran Information Pages at https://www.va.gov/osdbu/. Further, SDVOSB and VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they can provide the requested services keeping within the parameters of this clause. (b) SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Required Services: The Joint Commission Statement of Conditions Drawings (SOC) to ensure that the buildings and its inherent fire protection features will protect the lives of patients and staff during a fire. Please see the draft statement of work on page 5. The Contractor shall furnish all necessary and appropriate labor, materials, supplies and equipment to successfully perform The Joint Commission Statement of Conditions Drawings (SOC) services at Veterans Affairs Loma Linda Healthcare System located at 11201 Benton St., Loma Linda, CA. 92357. 6. Services are required by July 20, 2020. Interested contractors are asked to submit an estimated price to allow the contracting officer to assess market prices. 7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) can perform the required services, the VA will set aside the underlying solicitation per 38 U.S.C. §8127. --End of Sources Sought Announcement-- Scope of Services The Joint Commission Statement of Conditions (SOC) Continuous Readiness Program with internet Management System The SOC is completed to ensure that the building and its inherent fire protection features will protect the lives of patients and staff during a fire. This program will be evaluated based on the updated standards of The Joint Commission and NFPA 101(current edition as of 9/21/2021). SOW Required Information There will be an initial letter sent to the facility operations staff to establish the scheduling plan and to ensure that appropriate information will be available prior to the on-site survey {ie: updated 8.5 x 11 floor plans, necessary policies, etc.). Opening Meeting Education The contractor shall lead an initial meeting to review the different components of the SOC and assure that all staff members involved have a solid understanding of the process. A review of the previous SOC will ensure that there are no outstanding deficiencies that could create deficiency recommendations from The Joint Commission. Contractor shall advise us in communications with The Joint Commission if our current SOC is not in adherence to The Joint Commission regulations {e.g. a 'busted' plan). Allocate a minimum of 3 hours. Basic Building Information (BBi) Contractor shall verify building occupancy classifications, identify all building separations, and gather the necessary information to update the BBi forms and include all new construction and renovations. The information will be prepared for the facility in a manner that enables updating on The Joint Commission eBBI. Life Safety Assessment (LSA) Contractor shall provide a wall-to-wall inspection of your facility and review information regarding our fire protection systems, utilizing this information to develop a Life Safety Assessment Report that will fulfill the requirements for Part III of the SOC. This inspection will include a full verification of smoke/fire walls within the facility. At the end of each day, or as designated by the facility, contractor shall provide a briefing of your findings to address red flag issues or review items that will require discussion on remediation options. NOTE: If asbestos is encountered, the LLVAMC is responsible for any additional costs incurred. Plan for Improvement (PFI) Contractor shall provide a completed PFI document. Where more than one option exists for resolution, contractor shall review such options with the facility and consult in the decision-making process. The PFI document will include the finalized deficiency resolution plan and estimated costs for each correction. The facility will be responsible to input time frame and budgetary information. Report of Recommendations SOC Internet Management System Contractor shall provide a written report of findings from the assessment that will include a Draft Report and then a Final Report. Formal reports including Part II (BBi) and Part III (LSA) will be completed. You will train LLVAMC staff on the use of The Joint Commission's eSOC system, including the eBBI and ePFI, as well as providing the tools for the facility to export LLVAMC data into The Joint Commission's eSOC system. In addition, all results will be loaded into an SOC Internet Management System. A web-based system that allows LLVAMC to continuously monitor compliance and manage the data by location, deficiency type, dates, cost and budget. The system shall also allow LLVAMC to add PFls and modify certain data including responsibilities, due dates, and completion dates, to create reporting which will support continuous survey readiness. The full verse of the NFPA Life Safety Code shall be included for the specific deficiencies identified. AutoCAD Services - Standard Deliverable. Floor plan backgrounds provided to LLVAMC in AutoCAD for Windows format will be utilized to provide floor plans that identify select life safety features as they are outlined on the BBi. Such floor plans shall be provided in hardcopy, electronically and scanned for insertion into the SOC Internet Management Solution. AutoCAD Services deficiency identification Additionally, contractor shall provide floor plans that identify PFI locations via unique identifier numbers. Unique identifier numbers will be consistent with the numbering system utilized by the Joint Commission Life Safety Assessment Questionnaire (Part 3). Follow-up Technical Support Briefings Contractor shall provide (via phone, or electronic mail) follow-up technical support on SOC issues throughout the term of this agreement. Additionally, while on-site for the life safety surveys, you will provide, at minimum, weekly briefings on the project and any red flag/high risk deficiencies. Annual Continuous Readiness Program for Year 2 & 3-OPTIONAL The program shall be provided on a multi-year basis, including: Contractor shall provide an annual limited validation survey for four (4) days on-site review implementation and tracking activities, including: - Spot check for new deficiencies and incorporate them into the PFI. - Update on standards changes. - Validate that the PFI is being used as a living, breathing document. b. Continuous readiness services through the web-based management system. c. Contractor shall provide ongoing phone support for code related issues. Clarifications for VALLMC Task #3 Statement of Services Contractor shall perform a survey readiness assessment for compliance with the life safety codes to meet Joint Commissions standards and report of findings as action plans and templates. Contractor shall review the physical healthcare buildings relative to NFPA 2015 Life Safety Code requirements. This assessment must be formatted in preparation for updating the current electronic Statement of Condition for the LLVAMC Loma Linda VA Medical Center. The assessment will include: Perform a strategic assessment of the occupancy type and make recommendations to maximize the medical centers position for a successful survey CLARIFICATION: In addition, Contractor will perform a strategic assessment of suites within the healthcare building and make recommendations and provide guidance regarding suite utilization to maximize suite exceptions. Perform review of each healthcare or ambulatory healthcare building for compliance to current NFPA 101 Life Code. Develop a list of deficiencies from the assessment with all the necessary components for uploading to the Joint Commission's e-Statement of Conditions (eSOC) CLARIFICATION: Develop a list of deficiencies and proposed remediation. The LLVAMC will need to insert proposed completion dates and funding sources prior to uploading to the Joint Commission's eSOC. Confirm all rated separations and features on a floor plan. CLARIFICATION: Confirm all required rated walls including smoke barrier wall assemblies, building separations, occupancy separations, elevator shafts, stair enclosures and hazardous areas. Corridor walls will be displayed for areas that are not fully sprinklered. Show all suites on the floor plans. Recommend changes to smoke compartment separations to maximum sizes. CLARIFICATION: Review existing smoke compartment locations and provide guidance regarding smoke compartment locations and area (i.e. size.) Once the deficiency list has been finalized, upload the new PFls to the eSOC. Schedule of Submittals CLARIFICATION: Once the deficiency list has been finalized and approved, assuming the Contractor has been provided access to the Joint Commission account, Contractor will upload the new PFls to the eSOC. Special Considerations A site visit will be required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fbd8dfa1c4d846449591d226ec2cd818/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHS) 11201 Benton Street, Loma Linda, CA 92357
Zip Code: 92357
 
Record
SN06165926-F 20211029/211027230110 (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.