Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2023 SAM #7828
SOURCES SOUGHT

H -- Fire Extinguisher Inspection and Servicing CS: Maureen Sundstrom

Notice Date
5/2/2023 7:55:23 AM
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0554
 
Response Due
5/9/2023 3:00:00 PM
 
Archive Date
06/08/2023
 
Point of Contact
Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of qualified sources. The responses received from interested contractors will assist the Government in determining set-aside and appropriate acquisition method. The Department of Veterans Affairs, Network Contracting Office (NCO) 20, is conducting market research in support of the Walla Walla VA Medical Center, to identify potential Small Business sources that can provide the following services: Fire Extinguisher Inspections and Services at the Walla Walla VAMC. The Contractor shall furnish all necessary labor, supervision, materials, supplies, tools, equipment and transportation to perform maintenance repair services in accordance with the specifications outlined in the attached Statement of Work. The Contractor shall meet all requirements of Federal, State, or City codes regarding operations of this type of service. Potential sources having the capabilities necessary to provide the above services which meet all the requirements outlined in the attached statement or work are invited to respond to this Sources Sought Notice via e-mail to Maureen Sundstrom at Maureen.Sundstrom@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Responses should include the following information: Company name, address, business size, point of contact, phone number, e-mail address, SAM.gov UEI number/code, and a capability statement addressing the requirements in the attached Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work, Capability Statement, and Capability to provide required services at the Walla Walla VAMC in accordance with the Statement of Work. The Anticipated North American Industry Classification System (NAICS) code is 541350. The size standard is $11.5 million. Please indicate whether you are a Small Business, SDVOSB, VOSB, or Other Small Business. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. STATEMENT OF WORK FIRE EXTINGUISHER INSPECTION AND SERVICE W ALLA WALLA VA MEDICAL CENTER 1. Contract Title: Fire extinguisher inspection and servicing Background: As per the latest editions of NFPA 101, NFPA 10 and VA guidebook, the Walla Walla Veterans Administration Medical Center (i.e. WWVAMC) maintains fire extinguishers that require monthly, annual (performed in November of each year), 6 year and 12 year hydro servicing. There is also the need to maintain a kitchen hood in one of its buildings requiring semi-annual inspection. 2. Contract Type: Base year plus 4 option years Start of contract: September 30th, 2023 3. Scope: There are roughly 200 extinguishers within buildings and a few vehicles across the WWVAMC. Each fire extinguisher that is not in a hazardous area, such as a high-voltage vault, must be inspected each month and serviced annually. Contractor to utilize blank hard copy of inventory from the outset of the monthly/annual inspections. Contractor to install blank tag at the outset of each new year. Contractor to utilize weatherproof tag and ink for units placed outdoors. Contractor will mark date and initials at each extinguisher tag when conducting rounds. When all work is complete, Contractor will submit signed comprehensive inventory, with today s date, to FMS office. Contractor to add comments (i.e. extinguisher obstructed by furnishings). Documentation will be archived by FMS. Contractor to recharge spent extinguishers. Spare extinguishes are within the incinerator building 107. Refer to enclosed inventory for exact quantities of devices at Walla Walla VAMC Kitchen hood in building 140 shall be inspected semi-annually. 4. Specific Tasks: A. INSPECTION: 1. Monthly: The Contractor will inspect each fire extinguisher monthly on the 15th of the month, with no less than 26 days and no more than 34 days apart. This inspection will be documented at each extinguisher on a physical tag. All inspections shall follow NFPA guidelines. Inspection tags shall note the month/year of inspection along with the initials of the person performing the inspection. Contractor to let COR know of any units that are being blocked, missing, or moved to another location. 2. Annual: A visual examination of all fire extinguishers shall be made to detect obvious physical damage, corrosion, nozzle blockage, to verify that the operating instructions are present, legible and facing forward and that the HMIS information is present and legible, and to determine if a 6-year interval examination or hydrostatic test is due. Please refer to NFPA table 7.3.3.1 Maintenance involving internal examination for the type and frequency of examination needed. 3. 6-Year: Refer to inventory list for which devices will be due for inspection. A durable weatherproof label shall be affixed to those extinguishers that pass the appliable 6-year requirement. Any previous 6-year label shall be removed. 4. 12-year: Hydrostatic testing: When subjected to temperatures at or above their listed rating, stored-pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied and subject to the appliable maintenance and recharge procedures on an annual basis. 5. Refer to inventory list for which devices will be due for inspection. B. SERVICE: 1. Annual: The tamper seal of rechargeable fire extinguishers shall be removed and after applicable maintenance procedures are completed, a new listed tamper seal shall be installed. Seals or tamper indicators on non-rechargeable type extinguishes shall not be removed. All removable extinguisher boots, foot rings and attachments shall be removed to accommodate thorough annual cylinder examinations. 2. An annual service of each extinguisher will occur no less than 355 days and no more than 375 days apart and be documented at the extinguisher. Extinguishers not meeting the inspection criteria will be serviced and placed back in their holder. Contractor to provide and replace tag at annual inspection. 3. 6-year: Every 6 years, stored pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied and subjected to the appliable internal and external examination procedures as detailed in the manufacturer s service manual and per NFPA standards. 4. 12-year: Stored pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied and subjected to the applicable internal examination procedures as detailed in the manufacturer s service manual and per NFPA standards. 5. Performance Monitoring: Performance will be monitored by random inspections of the work by the Safety program. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The VA will furnish locations of each fire extinguisher included in the inspections. 7. Identification of Potential Conflict of Interest (COI): A. The contractor has the responsibility to ensure no potential Conflicts of Interest exist prior to performance of the work required for the contract. 8. Contractor Identification A. Contact the COR and Police for badges. Work requires a COR Sponsored badge, which require fingerprint and background check. The Contractor and all workmen on VA property for the execution of the contract shall be issued and wear a VA Contractor Badge at all times. B. Each individual will be asked to provide a State issued photo ID such as a Drivers License the first time they are issued a Contractor Badge. A photocopy of this ID will be kept on file by the VA along with a record of employer, badge number, and date of issue. C. The recipient of the Contractor Badge is responsible for the badge at all times. If a Contractor Badge is found to be missing, notify the CO for security, and re-issuance of a new badge. A person not wearing their Contractor Badge may be detained for verification of identity and employment. D. Contractor shall be issued keys to buildings which must be returned at end of contract. E. The Contractor shall be responsible to ensure that badges issued to ALL workmen are returned upon completion of work. 9. Place of Performance: Department of Veterans Affairs Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Walla Walla, WA 99362 10. SECURITY REQUIREMENTS The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. A flash badge shall be obtained from the VA Facility Human Resource office. The flash badge will be worn while the Contractor employee(s) is on-site and will be returned to the HR office, upon completion of that job. 11. Federal Holidays and working hours Working Hours: Regular hours are 8:00 am to 4:00 pm, local time, Monday through Friday except for Federal Holidays. Work outside the normal working hours when directed by the VA must be with the written approval of the Contracting Officer unless those hours have been included. Work outside these hours at the request of the Contractor shall not result in any increase in price.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fac71344a09a44168e9df0813fe75957/view)
 
Place of Performance
Address: Department of Veterans Affairs Walla Walla VA Medical Center 77 Wainwright Drive, Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN06669548-F 20230504/230502230120 (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.