Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOURCES SOUGHT

H -- Fire Alarm and Fire Suppression Systems Monitoring Inspection, Testing, Maintenance, and Repair

Notice Date
3/1/2024 12:37:43 PM
 
Notice Type
Sources Sought
 
NAICS
922160 — Fire Protection
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0261
 
Response Due
3/8/2024 8:00:00 AM
 
Archive Date
06/06/2024
 
Point of Contact
Mitchael Purdom, Contracting Officer, Phone: 918-577-4435, Fax: NO FAX WILL BE ACCEPTED
 
E-Mail Address
mitchael.purdom@va.gov
(mitchael.purdom@va.gov)
 
Awardee
null
 
Description
Fire Alarm and Fire Suppression Systems Monitoring Inspection, Testing, Maintenance, and Repair (MITMR) Fort Harrison, MT VA Medical Center Purpose of SOW The Ft Harrison, MT VA Medical Center has a requirement for annual, semi-annual, and quarterly inspection, testing, and maintenance (ITM) of the facility s fire protection systems. These systems include fire alarm system, kitchen hood suppression systems, and wet/dry sprinkler systems with associated piping, valves, and pumps. Regular ITM is required per applicable accreditation and national consensus standards. The Contractor must furnish all labor, management, supervision, tools, materials, equipment, and transportation necessary to provide inspection, testing, and maintenance tasks to ensure system reliability for Wet and Dry Sprinkler Fire Protection Systems and Kitchen Hood Suppression Systems in accordance with NFPA and Joint Commission requirements including the tasks listed below. Contractor Requirement The contractor shall provide appropriate personnel for completion of inspections, testing, monitoring and maintenance as identified within the Statement of Work for services provided to Ft Harrison VA Medical Center, 3780 Independence Way Fort Harrison, MT 59636. The fire alarm system at Ft Harrison VAMC is made up of approximately 200 devices requiring testing. Please note the actual numbers of devices is approximate and must be verified by the contractor. Service or Work Description The Ft Harrison Medical Center campus is comprised of seven buildings that have fire suppression and fire alarm systems. The number of systems to be covered under this contract MUST be field verified. Facility does not have accurate drawings w/ the location, quantity and type of these systems. The fire alarm systems in use across the facility is SIMPLEX. Ft Harrison VAHCS requires a single Contractor with the ability to perform fire alarm and fire suppression system inspection, testing & maintenance of the equipment identified in this document. Contractor shall provide the below requested services, equipment, staff, and tools necessary to perform, inspect, certify in writing and provide a monitoring service for all fire suppression and fire alarm systems. All services shall be in accordance with The Joint Commission (TJC) and all inspections, testing, maintenance, and service of Fire Protection Systems must be in accordance with the current & appropriate NFPA Standard to include but not limited to NFPA 101, NFPA 72, NFPA 25, NFPA 99, NFPA 17A, NFPA 10, NFPA 96 and NFPA 291. Contractor will include documentation of all tested devices/systems and must conform to The Joint Commission (TJC) report style which includes date inspected, unique device identification, device location, status (pass or fail) for each device connected to the fire alarm and fire suppression system, the type and quantity of devices tested in each building, and a consolidated deficiency findings list per building. Contractor will perform minor maintenance on fire suppression and fire alarm systems as needed. Buildings included in this SOW are: 141, 150, 154, 154A, 154B, 169, 171 & 172. Conduct annual fire suppression system inspections, back flow preventer testing, and maintenance on each suppression system to return the system to operational status after testing. This may require minor repairs which can be corrected on the spot without additional parts or significant labor costs to the vendor. Contractor will conduct semi-annual and annual inspections on all buildings connected to the fire alarm system. All services shall be in accordance with the most current NFPA 25, and NFPA 72 standards. When using NFPA 72, Chapter 14, Inspection Testing and Maintenance, contractor will include documentation of all tested devices such as but not limited to tamper switches, water flow switches, duct detectors, heat detectors, pull stations, smoke detectors, horn strobes, strobes, control panels, batteries, power supply(s), smoke and fire dampers closure upon activation of alarm, flow alarms, magnetic door holders, rolling fire doors and any other device applicable to the fire alarm system. Documentation must conform to The Joint Commission (TJC) report style which includes specific elements of performance (EC, LS), date inspected, unique device identification, device location, status (pass or fail), the type and quantity of devices tested in each building, and a consolidated deficiency findings list per building. Alarmed buildings included are: 141, 150, 154, 154A, 154B, 169, 171 & 172. Contractor will conduct quarterly maintenance to correct system deficiencies, update software or update system settings or mapping on the main fire computer. This breaks down into a technician on station a minimum of 80 hours per contract term, broken down into 20-hour (quarterly) increments. This is in addition to repair service calls outside the scope of this contract. Contractor will perform minor maintenance on fire suppression or fire alarm systems as needed during inspections/testing. This applies to problems directly caused by testing or technician error. This is not intended for system deficiency corrections discovered during inspections. This applies to minor corrections such as tightening packings, fasteners or fittings actuated during testing/inspections to stop leaks, minor adjustment to either system which may be required to get the system back on line or functioning properly. Contractor will provide, replace and dispose of all fire alarm system batteries as needed to ensure batteries in all control panels, power supplies, UPS on fire computer, and annunciator panels comply with the requirements as set forth by NFPA 72. Battery listing is available upon request. Contractor will perform an internal 5-year Obstruction investigation of all fire suppression systems, standpipes identified in 3.2 of this document that require this type of inspection to be performed to meet requirements of NFPA standards for inspection. Contractor will perform Main Drain Testing on all fire suppression systems in this document on a quarterly basis. This requires a technician to be on-site approximately every 90 days to meet testing requirements. In addition to all above mentioned tests the following are to be preformed as part of this service contract. As Per EP-28: Documentation of maintenance, testing, and inspection activities for Standard EC.02.03.05, Elements of Performance 1 25 (including fire alarm and fire protection systems) includes the following: Name of the activity / Date of the activity / Inventory of devices, equipment, or other items / Required frequency of the activity / Name and contact information, including affiliation, of the person who performed the activity / NFPA standard(s) referenced for the activity / Results of the activity. Special Conditions All fire suppression and fire alarm systems inspected/tested will be required to be returned to operational status after vendor inspections/maintenance are completed. Perform inspections and testing services in compliance with applicable standards and IAW the TJC/VHA Memorandums of Agreement and NFPA standards. (See attached additional documentation at award) During alarm testing, one technician must be provided to monitor the main fire computer terminal while testing is being conducted. Provide and maintain documentation, reports, and records of inspections and testing in hard copy and electronic format in order to better assist the customer with record keeping (DOCX, XLS, PDF). Provide qualified, certified & experienced technicians for all inspections & testing of the fire suppression and alarm systems. The Contractor employees must be certified by the National Institute for Certifying Engineering Technologies (NICET) in the appropriate Fire Protection sub-field. For Fire Alarm or Fire Sprinkler testing, to include Fire Pumps, there must be at least one Level 2 certified Technician preforming the applicable work. Proof of NICET certifications must be provided at the time of contract execution and maintained by each employee onsite throughout the duration of the contract. The Contractor must be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Contractor will provide the COR with copies of all certification documents. Coordinate inspections and testing with the appropriate VAMC Personnel. Ensure to coordinate with Safety and Fire Departments where testing is to be performed. Perform the testing during normal hours (7:30am to 4pm, Monday - Friday). Hours may be adjusted with approval of COR prior to scheduling. Notify and coordinate with the Facilities Maintenance Supervisor or other point of contact to minimize any unwanted responses. Follow-up on completion of any work subcontracted to ensure work is done as required in a timely manner. Provide guidance and knowledge to aid in Ft Harrison VAMC meeting requirements as set forth by NFPA and TJC during the term of this contract. Ensure only authorized personnel are performing work associated with this contract. This applies to any work sub-contracted as a result of this award. Vendor must be capable of meeting a 4 hour response time to all locations identified in this SOW where services may be required for Routine repairs to operating systems. Repair service and Emergency Call Back Service (ECS) shall be accomplished as part of this contract. This service shall be used for repairs that cannot be accomplished during a routine monthly visit. ECS shall be provided twenty-four (24) hours per day, seven (7) days per week. Vendor must be capable of meeting a 2 hour response time to all locations identified in this SOW where services may be required for Emergent repairs to operating systems. Repair parts are not included in this contract and shall be priced separately. Parts will be approved by the COR and a fair and reasonable price determination made prior to purchase/install SUMMARY OF REQUIREMENTS A qualified source has recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, as well as current and valid registration in System for Award Management (SAM), https://www.sam.gov) Qualified and interested vendors must complete the following information and email to VA Contracting Specialist, Mitchael Purdom, at mitchael.purdom@va.gov A word version of this form is available on the Sources Sought Notice page on Contract Opportunities (BETA.SAM.gov). In your reply, please provide the following: Reference the FBO Sources Sought Notice number in all communication: Company Name and POC Details: _____________________ Company DUNS number: _______________ If your company does NOT have a DUNS number, what date does your company plan to register in SAM.gov and obtain a DUNS number? ____________________________ Company Size, as it relates to NAICS code 922160 Fire Protection. Small Business / Other than Small Business  (select one) Use of a subcontractor to perform services: YES, we would use a SUB for ALL of the services / YES, we would use a SUB for only part of the services / NO, we would be the PRIMARY for ALL of the services (select one) Company s Recent Experience of Similar Size, Scope and Complexity to what is described in the notice. This can be US Federal contracted experience or experience performing services in the commercial sector. Provide reference details, e.g. POC / client contact details, contact details of US Federal agency Contracting Officer (CO) or Contracting Officer Representative (COR), dollar values of services, location of services, start/end dates of services etc. _______ Only written responses, to items 1 through 7 above, will be accepted at this stage. Do not submit additional documentation or attachments outside these requirements unless your company POC receives a direct request in writing by the Contract Specialist. Information is being gathered for market research purposes only. Industry exchanges are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58e25c75d71a4197b1c58121efd96c71/view)
 
Place of Performance
Address: Fort Harrison VA Medical Center 3687 Veterans Drive Fort Harrison, MT 59636-9703 59636-9703
Zip Code: 59636-9703
 
Record
SN06983616-F 20240303/240301230052 (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.