Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOLICITATION NOTICE

J -- FY24: Fire Alarm Testing Base +4

Notice Date
12/15/2023 7:46:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824Q0040
 
Response Due
10/24/2023 9:00:00 AM
 
Archive Date
12/31/2023
 
Point of Contact
Todd Pappas, Contracting Officer, Phone: 352-374-6007
 
E-Mail Address
todd.pappas@va.gov
(todd.pappas@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The purpose of this amendment is to incorporate the Equipment List and Responses to vendor submitted questions. The responses to all vendor submitted questions are on the following pages. The due date for all quotes remains at 10/24 12PM EST. Quoters must acknowledge this and other amendments (if posted) on their submitted quote to be considered for award. 36C24824Q0040 NF/SG Fire Alarm Testing and Inspection Amendment 0001 - Responses to Vendor Questions 1. Could you clarify if this is actually a requirement or to only replace the batteries that need replacing? If it is to remain as stated in the SOW, it would add a insignificant cost to the quote. Initially replace all batteries. Then only as needed (usually a 4-5 yr battery life). The $5,000 NTE is to cover incidental issues on inspection, faulty batteries, etc - if needed. Provide labor and materials to provide minor repairs to the Fire Alarm System not to exceed the $5000.00 allocation. Optional years shall also include a $5000.00 allocation intended for minor repairs and corrections 2. This is saying for correcting deficiencies to not exceed $5K in labor and for parts the same. But what if the work labor or parts do exceed this in order to complete? Are you aware of any actual deficiencies that need parts? Or is this something that would be brought to the attention of offers at the time of a site visit once the solicitation is published?  We generally do not include repair items in our inspection proposals; we may be able to provide a Not-to-Exceed however we usually try to avoid this for the obvious reason as stated. Anything agreed on as outside scope would be a modification or separate order.   3. Is it possible to admen the SOW just in case there is a situation where any deficiencies parts and labor exceed you $5000 limit?  Anything above the $5,000, if approved by VA, would be separately funded and issued as a separate order.   4. Could you provide a total quantity for the equipment list provided: A copy of the equipment list is provided with the solicitation amendment and these question responses. The facility including the Fire Alarm System is routinely changing based upon facility upgrades.   Fire Alarm Control Panels, w Battery Fire Alarm Voice Evacuation Panels, Supervisory Auxiliary Field Module Devices Control Field Modules, Indicating Initiating Field Devices Notification Field Devices Manual Alarm Stations Smoke Detectors Heat Detectors Duct Smoke Detectors for Air Handlers and Dampers Power Supplies Strobes Speakers Voice Evacuation Batteries & Fire Alarm System components. DACT Smoke doors 5. What is the fire alarm system product manufacturer and model at the Gainesville VAMC? Notifier Fiber Optic Networked Panels with Various Models. NFS23030 System. All contractors were encouraged to participate in the walk through provided on Wednesday, 10/11/23. 6. What is the old contract number and contract amount? 36C24823P0143 - $64,340.00 (This service was an annual order not Option yr contract). 7. Who is the incumbent / current service provider? SAFE Inc (Security and Fire Electronics Inc) 7. Is there a device/zone list? The facility including the Fire Alarm System is routinely changing based upon facility upgrades. Some devices are removed, and new devices added based on other ongoing projects. 8. What is the current inspection schedule? Yearly by third party due in November/December 2023, spot checks performed monthly by facility staff. 9. Can we obtain a copy of the last inspection report? The previous inspection reports are not relevant for pricing. 10. Are all of the devices accessible within 12 ft of height? Not all devices are accessible within 12 feet of the floor. Some devices will require ladder or lift in which to access.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/822b6c9977cf414681ee7553cac2dd5b/view)
 
Place of Performance
Address: 1601 SW Archer Rd, Gainesville 32608
Zip Code: 32608
 
Record
SN06913756-F 20231217/231215230041 (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.