SOURCES SOUGHT
J -- Fire Alarm Maintenance Services Loma Linda VA Healthcare System
- Notice Date
- 5/17/2023 10:15:08 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q1091
- Response Due
- 5/31/2023 12:00:00 PM
- Archive Date
- 07/30/2023
- Point of Contact
- Cristine Carmody, Contract Specialist
- E-Mail Address
-
Crisitne.Carmody@va.gov
(Crisitne.Carmody@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this-- sources sought announcement 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 potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. 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. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Loma Linda VA Health Care System (VALLHCS) located at 11201 Benton Street Loma Linda, CA 92357 is seeking a potential qualified contractor that can provide: FIRE ALARM MAINTEANACE SERVICES 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 any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561621. *******DRAFT****************DRAFT***************DRAFT***************DRAFT********** STATEMENT OF WORK TITLE: Perform Required Fire Alarm Panel and Associated Devices Inspection, Testing, Maintenance and Replacement as Needed at the VA Loma Linda Healthcare System (VALLHCS) at 11201 Benton St. Loma Linda, CA 92357 BACKGROUND INFORMATION: Fire Alarm Devices and Components shall be tested in accordance with the National Fire Alarm Code Handbook. National Fire Protection Association (NFPA 72) and Joint Commission Standards. Contractor shall provide a certification report to LLHS Contracting Officer Representative (COR) after the completion of each test. OBJECTIVES: The purpose of this contract is to have a Contractor to furnish all the labor, transportation, supplies, materials, and equipment necessary to perform scheduled inspections, diagnostic tests of panel and monitoring functions, and associated devices in accordance with the National Fire Alarm Code Handbook; National Fire Protection Association (NFPA 72), Joint Commission, industry standards and this statement of work (SOW). A list of devices and the frequency are listed below: Equipment Number of Devices Testing Frequency Smoke Detectors 600 Annual Duct Detectors 60 Annual Heat Detectors 62 Annual Manual Pull Station 180 Annual Audio/Visual Unit 1500 Annual Fire Bell 20 Annual Door Holder 350 Annual Roll Down Door 8 Annual Fire Door (Personnel Doors) 350 Annual Water Flow Switch 70 Semi-Annual Tamper Switch 65 Semi-Annual Fire Pump Supervisory Signal 12 Annual Digital Communicator 1 Quarterly Notifier Fire Alarm Panel 66 Quarterly Annunciator 15 Annual Fire Pump 1 Annual Smoke and Fire Dampers 167 6 Years (Due 5/1/2026) Kitchen Fire Suppression Hoods 9 Semi-Annual 1st Floor IT Room (HFC 227) 1 Annual Standpipe 12 5 Years (Due 6/26/23) Emergency Services Notification Apple Valley (Response Time) 1 Annual Smoke Detection Shutdown Devices (HVAC) 60 Annual Sprinkler Main Drain Test 12 Annual The contractor shall provide trained personnel to test and certify equipment without the assistance of the VALLHCS employees. The contractor shall provide testing of the audible and visual fire alarm warning devices while minimizing effects on patient care. The contractor shall ensure audible and visual fire alarm warning devices are verified once and be silenced or disabled during further testing. The contractor shall ensure that audible and visual fire alarm warning devices shall not be activated more than once and the duration does not exceed 10 minutes. The contractor shall ensure that the Fire Pump alarm interface is tested at the specified NFPA frequency. Contractor shall provide a detailed document of the Fire Pump alarm test results. Contractor shall perform any repairs and re-test to comply with annual certification. The contractor shall ensure that each alarm device is tested and the signal time for each device is measured and recorded by name then sent to the Central Station. The contractor shall ensure that the smoke detector functions are tested by activation of the alarm by use of smoke, and by magnetic actuators. Contractor shall work with the COR and coordinate all Fire Alarm testing activities. Contractor shall insert the NFPA 72 Version (year) that the devices were tested to on every inspection document to meet Joint Commission reporting requirements. Contractor to provide preliminary inspections reports the day of inspection and advise immediately of any life safety violations or emergencies. Contractor to provide final reports within 72 hours of the inspection to ensure compliance with the Joint Commission. Contractor to perform additional testing of devices as renovations happen or in the event of device replacement. Contractor to provide cost estimates for any repairs necessitated to ensure the hospitals capabilities to extinguish fires and to preserve life and property. Contractor to provide a physical inspection of 12 wet pipe systems every 5 years for all valves, piping, and assemblies. Contractor to conduct a flow test and record PSI. Contractor to perform preventative maintenance as needed to include operation of all valves and lubrication. Contractor to verify via Graphics Control and Apple Valley Monitoring acknowledgement of water flow tampers, and alarm devices. Contractor to back flush the fire department connection and water flow the main drain. Contractor shall provide video or picture evidence of the internal obstruction investigation of the 12 risers. 3. TEST EQUIPMENT: The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment and/or supplies necessary to complete the work. 4. RADIUS REQUIREMENT: Contractor shall respond to VALLHCS within two (2) hours for emergencies. 5. REPORTING: For services to be performed during normal working hours (6am to 4pm, Monday through Friday), the Contractor shall report upon arrival to Graphics Control. For repairs or services required outside normal working hours, the contract service technician shall report upon arrival to Graphics Control. Additionally, the technician is required to complete a report for service rendered and leave it with Graphics Control. 6. SERVICE CALLS, NOTIFICATION AND RESPONSE TIME: a. The Contractor shall provide an emergency telephone number for the purposes of accepting service calls, available 24 hours a day, 7 days a week. b. Contractor shall respond by telephone within one hour after initial service request and shall respond within 24 hours to repair an onsite malfunction or defect. 7. CHANGES: The contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 8. CONTRACTOR RESPONSIBILITIES: The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. He/she shall take all the precautions necessary to protect persons and property from injury or damage, Contractor shall comply with all VA safety standards, manufacturers/industry standards, FDA, OSHA, JCAHO, and the latest edition of NFPA-99. 9. PERSONNEL REQUIREMENTS: Refusal of Contractor s Personnel: The Government reserves the right to accept or reject Contractor s staff for the rendering of services. Complaints concerning Contract Personnel s performance or conduct shall be dealt with by the Contractor, COR and the final decision made by the Contracting Officer. 10. PERSONNEL QUALIFICATIONS/EXPERIENCE CRITERIA: Contractor personnel shall have the following qualifications, but not limited to: Personnel shall be fully qualified (trained and experienced) to perform maintenance and repair on the equipment listed. The Contractor shall provide training certificates (on fire alarm systems) for technicians inspecting / testing / certifying equipment. 11. BADGES AND PARKING All Contractor personnel are required to wear identification (ID) badges issued be the VA Police Station during the entire time they are on the VALLHS grounds. All Contractor personnel are also required to wear Vendor ID badges noting Contractor name, Personal name, and photo of Contractor personnel. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the individual VA Healthcare System Police Station. VALLHS shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstance. 12. HOURS OF SERVICES: The Contractor shall perform services Monday through Friday with the exception of National Holidays between the hours of 6:00 am to 5:00 pm. Kitchen Hood Inspections shall not begin prior to 8:00 p.m. PERIOD OF PERFORMANCE: This will be a base year and 4 option years contract. The testing frequency shall be quarterly, semi-annual, and annual. PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St. Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must be licensed in the State of California and have the following: 30-hour Occupational Safety and Health Administration (OSHA) safety card for supervisors and OSHA 10 for technicians. C-16 Fire Protection Contractor License SPECIFIC REQUIREMENTS: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance before work starts. One week prior to start of job, all personnel shall have a valid Loma Linda PIV badge. Prior to work each day, the contractor s designated lead or supervisor are/is to check in with VALLHCS COR or in their absence, check in with Graphics Control in the plant. Staging areas and temporary parking will be arranged as needed. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here: OSHA Regulations, www.osha.gov NFPA, www.nfpa.org VIII. RECOGNIZED HOLIDAYS: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day XI. CONTRACTOR EMPLOYEES: Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. X. SMOKING AND VAPING POLICIES: Smoking and vaping are prohibited on Government property. XI. SAFETY AND PPE EQUIPMENT: Shall be provided for each Contractor employee by the Contractor. XII. OVER AND ABOVE REPAIR: Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). XIII. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of one (1) year from the date of installation. Warrantee for labor will be 1 year from service provided. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to: cristine.carmody@va.gov . All information submissions to be marked Attn: Cristine Carmody, Contract Specialist and should be received no later than 12:00 pm PST on May 31, 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32a358eef0334f2fbb70afdff2e33f9b/view)
- Place of Performance
- Address: Loma Linda VA Healthcare System Facility Management Service 11201 Benton Street, Loma Linda, CA 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN06686276-F 20230519/230517230112 (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 |