H963--Fire Alarm, Fire Suppression, Fire Damper Inspection & Testing

expired opportunity(Expired)
From: Federal Government(Federal)
36C24720Q0289

Basic Details

started - 10 Apr, 2020 (about 4 years ago)

Start Date

10 Apr, 2020 (about 4 years ago)
due - 16 Apr, 2020 (about 4 years ago)

Due Date

16 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C24720Q0289

Identifier

36C24720Q0289
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102071)VETERANS AFFAIRS, DEPARTMENT OF (102071)247-NETWORK CONTRACT OFFICE 7 (36C247) (2889)

Attachments (10)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICE: Firm Fixed Price Contract (FFP) DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide a Fire Alarm, Fire Suppression and Fire Damper inspection, testing , maintenance and repair service as mandated by National Fire Protection Association (NFPA) at the William Jennings Bryan Dorn VA Medical Center (WJBDVAMC) in Columbia, SC. The period of performance is for one Base period of 12 months and (4) one- year Options. Please be aware all Federal, State and local labor laws will be applicable to this procurement including, federal minimum wage as provided in Section 6(a)(1) of the Fair Labor Standards Act and the McNamara-O Hara Service Contract Act. If you have specific questions regarding labor laws, you should contact your local Federal Department of Labor representative. All interested vendors are invited to provide information to contribute to this market survey/sources
sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis. Questions should be submitted by email to wileen.stokes@va.gov Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications Small Businesses relative to NAICS 561621 Security Systems Services (Except Locksmiths) (size standard $22.0 M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to the sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to the sources sought announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, two (2) pages or less, that demonstrates how your company can provide the requested services at time of award. Include your company s experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business small as defined by the NAICS (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business etc.(f) Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ If not, please (i) NOTE that any future solicitation could only be awarded to a company that is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in Vet-Biz Registry. Responses must be emailed to wileen.stokes@va.gov no later than 3:00 pm EST, Friday, February 28, 2020. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO- ECONOMIC STATUS information as explained above. Please place "Attention: Fire Alarm, Fire Suppression in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. PERFORMANCE BASED WORK STATEMENT Fire Alarm, Fire Suppression and Fire Damper Inspection, Testing, Maintenance and Repair Service GENERAL: This requirement is for a firm-fixed-price service contract to provide Fire Alarm, Fire Suppression and Fire Damper inspection, testing, maintenance and repair service as mandated by National Fire Protection Association (NFPA). BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is in Columbia, South Carolina and provides primary, secondary, and some tertiary care. The Fire Alarm, Fire Suppression and Fire Damper inspection, testing, maintenance and repair services are mandated to be performed as required for the facility by The Joint Commission accreditation as well as all required regulations governed by the State and Federal government. PERIOD OF PERFORMANCE: Normal work shall be performed Monday Friday, 8:00 a.m. to 4:30 p.m. excluding federal holidays. No overtime is authorized unless approved by the designated contracting officer, representative or alternate contracting officer representative (COR/ACOR) for required services. Any work performed after working hours shall be approved and scheduled by the Contracting Officer Representative (COR/ACOR) as required. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center* 6439 Garners Ferry Road Columbia, SC 29209 Buildings: 5, 6, 7, 8, 9, 9a, 20, 21, 22, 36, 100, 100a, 103, 103a, 105, 106, 114, and 120. *No Outpatient Clinics *No University of South Carolina School of Medicine Property or Buildings PERFORMANCE REQUIREMENTS: The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform a complete inspection, testing, maintenance and repair service of the systems in accordance with the frequency and procedures outlined in the most current edition of the Applicable publications below: APPLICABLE PUBLICATIONS: The publications listed below form a part of this specification to the extent referenced. The publications are referred to by the basic designation only. The most current edition of these standards shall be applicable. National Fire Protection Association (NFPA): NFPA 13 Installation of Sprinkler Systems - 2019 NFPA 14 Installation of Standpipe and Hose Systems - 2019 NFPA 17A Wet Chemical Extinguishing System - 2017 NFPA 20 Installation of Centrifugal Fire Pumps - 2019 NFPA 25 Water Based Fire Protection Systems - 2020 NFPA 70 National Electric Code - 2020 NFPA 72 National Fire Alarm Code - 2019 NFPA 80 Fire Doors and Other Opening Protectives (Fire Dampers) - 2019 NFPA 90A Installation of Air Conditioning and Ventilation Systems - 2018 NFPA 96 Ventilation Control and Fire Protection of Commercial Cooking Operations - 2017 NFPA 101 Life Safety Code - 2018 NFPA 105 Smoke Doors and Other Opening Protectives (Smoke Dampers) - 2019 NFPA 291 Fire Hydrant Flow Testing and Marking - 2019 NFPA 2001 Clean Agent Fire Extinguishing Systems - 2018 c. Factory Mutual Approved Guide (FM) Underwriters Laboratories, Inc. (UL) Fire Protection Equipment Directory The Joint Commission (TJC) Environment of Care Manual CONTRACTOR SPECIAL REQUIREMENTS: The Contractor, at the contractor s expense, shall obtain licenses for performing fire alarm inspections, testing, maintenance, and repairs from the State of South Carolina. A South Carolina licensed technician shall be employed by an installer having a State of South Carolina Fire Alarm System and/or Fire Sprinkler Systems licenses., a copy of which shall be given to the VA. This technician shall be present and in responsible charge during all inspections, testing, and authorized maintenance. This technician shall be fully familiar with the types of systems at the VAMC. Documentation: Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the Contracting Officer prior to the award of the contract. The contractor shall provide to the Contracting Officer and Contractor Officer Representative documentation of the certificates of training, licenses, and permits for all new employees not later than seven (7) days prior to that person beginning work under the terms of this contract. The contractor shall ensure that all certificates of training, licenses, permits and bonds are current and valid. All offers shall include documentation and proof of the above certifications and qualifications for each employee. The fire alarm service technicians shall have a thorough knowledge of and experience with the type of Notifier by Honeywell Fire Alarm System in use at the VA Medical Center, Engineering Division. Technicians shall have attended one or more of the Notifier fire alarm equipment manufacturer maintenance/service training classes and the training certificates shall be provided to the VA. The Contractor shall furnish the names of technicians who shall perform work on these systems, the years of experience and locations where they maintained and repaired these systems. Technicians that will act as the on-site supervisors shall have current Notifier Training Certificates for the Notifier Onyx series NFS-3030, the NFS-640, the ONYX Works Workstation and the Notifier-Net Network. The contractor shall provide the VA the name(s) of the proposed-on site supervisors along with a copy of the certificates with the contract proposal for review by the VA. The Training Certificates shall remain current during the service contract period. PROPRIETARY SOFTWARE: The Fire Alarm System computer workstation is in the Engineering Control Center (ECC) in Building 100 and is the ONYX works workstation by Notifier. Besides ONYX works the workstation is also using Verifier Tools software as an integral part of the Notifier fire alarm system. These systems are proprietary to Notifier and the contractor shall be able to work on this system to: make changes in the software after devices are added, deleted or relocated; make changes to the graphics as needed to accommodate device or system changes; import new AutoCAD floor plans into the graphics system; and other tasks as necessary for a fully functioning and up to date system. The contractor shall have the passwords from Notifier to make software changes to this system. Maintenance of this workstation is fully included in this contract. The contractor shall provide a copy of written proof from Notifier that the contractor has the passwords required. Updates to the software from Notifier shall be part of this contract and shall be installed by the contractor as they become available. The contractor shall, at least once a year, make a backup copy of the software for the engineering division fire alarm system and place on a disk and give to the VA COR for safekeeping. Number of Employees. The contractor shall always have available enough capable and licensed employees to enable the contractor to properly, adequately and safely perform all work required under the terms of the contract. Technician shall have experience in the past five years in Fire Alarm System testing, repair, maintenance, installation and related activities of building and equipment comparable to the buildings and equipment by this contract. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: The contractor shall be responsible for obtaining any necessary licensure and permits, for complying with any applicable Federal, State and Local laws, codes and regulations in connection with the work performed and the protection of workers and property. SITE CONDITIONS: Asbestos insulation and lead exists in various locations including confined spaces in the buildings located on the VAMC campus. Routine inspection, testing and maintenance work shall be conducted so as not to disturb asbestos and lead. However, if asbestos or lead is suspected and cannot be avoided, notify the Safety Office to determine the course of action. Contractor shall have their own procedures per OSHA standards for these hazards to complete the inspection and testing. Current listing of all items and its location shall always be maintained, and revised copies shall be emailed to the designated COR/ACOR for updating with each binder as required. The following is an APPROXIMATE listing of the number of devices in the hospital which shall require service. This listing is not claimed to be 100% accurate and is given only as an estimated to the bidder. Each bidder shall be responsible for scheduling a site visit to determine exact locations and quantities of the devices to be maintained. There are approximately 2642 Various Devices on the Medical Center Complex. There are approximately 6 Dry Pipe Fire Sprinkler Systems There are approximately 5280 Fire Sprinklers There are approximately 2 FM200 Clean Agent Fire Extinguishing Systems There are approximately 420 Fire Dampers There are approximately 6 Ansul Dry Chemical Extinguishing Systems There are approximately 1 Anti-Freeze Fire Sprinkler Systems There are approximately 20 Hydrants Located on the Medical Center Complex There are approximately 40 Backflow Prevention Devices on Water Lines There are approximately 3 Backflow Prevention Devices on City Lines Reference Attachment D below Check-In Requirements: Contractor an all Contractor s Service Personnel shall check in and out with Engineering Control Center (ECC), Building 100 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. TESTING REQUIRMENTS: Performed from the Month of the last test each year, every device requiring annual testing shall have been tested once. Every device requiring semi-annual testing shall have been tested twice; and every device requiring quarterly testing shall have been tested four times. These tests shall meet The Joint Commission requirements of annual tests being conducted plus or minus 30 days from the last annual test; Plus, or minus 20 days for semiannual tests; 10 days plus or minus for quarterly required tests. Contractor shall verify the correct operation and shall make all repairs to the system. All test methods shall follow applicable publications and shall be documented. ANNUAL INSPECTION AND TESTING: Shall be performed during the month of JANUARY/FEBRUARY. (Exception- fire alarm devices that will affect the FM200 shall be tested/inspected during FM200 testing). All inspections shall be in accordance with the most current edition of the National Fire Prevention Protection Association (NFPA) as stated in applicable publications. Inspections and preventive maintenance: Shall consist of technical inspection, cleaning, oiling adjusting, calibrating, replacing parts and maintaining equipment in excellent operating condition. The contractor shall make thorough technical inspection of the equipment in accordance with current applicable publications guidelines and, with the commercial practice governing maintenance of the type of equipment involved. Elevator Recall System testing during this period shall be coordinated with the Elevator Maintenance Contractor by the designated COR/ACOR. Fire pump and jockey pump test shall be conducted annually and shall include: inspection, testing and maintenance of flow condition, hydraulic system, mechanical transmission, electrical system and motor. The following tests/ inspection shall be performed during the month of MAY: Water Line Backflow Prevention Devices Testing to be performed utilizing Certified Testing Equipment by Backflow Preventer Qualified and Certified by South Carolina DHEC (Department Health Environmental Control Testers). City Line Backflow Prevention Devices. These are located on the incoming water lines from the city near the facility property lines in three (3) different locations. Inspection report shall be completed within five (5) business days after the testing and inspection as this report as mandated by the City of Columbia each year. FOUR YEAR INSPECTION AND TESTING: Shall be performed during the month of February 2020 TEST AND INSPECTION: Fire Dampers. Additional Requirements: All required repairs, parts, and defective batteries found during any of the above inspections shall be replaced as necessary with a charge for parts only (per GSA schedule or lowest available price) and shall be approved and arranged through the designated COR/ACOR (Contracting Officer Representative / Alternate Contracting Officer Representative) prior to the commencement of the repair. All repairs shall be completed within (5) Five Business days from completion of Inspection unless undue circumstances such as waiting on parts, weather, inaccessibility, etc. Testing of Horns, Audio, Strobes, and various other devices that may cause disruption of systems which may then be required to be performed after-hours and/or on weekends and shall be coordinated/scheduled by the designated COR/ACOR. REPORTING: The Contractor shall create and ensure all required report information for each individual building or building group is placed in separate binders under each appropriate tab as described in Attachment D below. A Summation Report of the inspection (reference Attachment D for sample only) shall be completed for each building and placed in the appropriate tab for each binder. The Contractor shall work with the designated COR/ACOR to create an approved Summation Report that shall be utilized for each binder. All binders are to be submitted within ten (10) business days from the completion of each building s inspection with documented repairs. Binders are to be submitted to the designated COR/ACOR and reviewed for acceptability based on current Joint Commission requirements under Attachment D. Any missing items shall be provided within three (3) business days upon notification by the designated COR/ACOR. Each Calendar Year a new binder for that year shall be required to be created. Once each initial Calendar Year binders are started only updated information is required to be provided and merged with other data throughout that year. An agreeable color, width, and type of binder shall be determined and approved by the designated COR/ACOR. The Contractor shall be responsible for maintaining documentation of all Fire Alarm and Sprinkler Inspections and providing the required The Joint Commission Report (reference Attachment D for binder requirements and sample report) to the designated COR/ACOR within ten (10) business days following each inspection. GENERAL REQUIREMENTS: The Contactor shall notify the designated COR and/or ACOR in writing within sixteen (16) hours of the existence of the development of any defects, any Fire System or Fire Suppression System that is inoperable, and/or any repairs required to maintain any of the Fire Alarm or Fire Suppression Systems within the facility. Any threat that poses an immediate danger to the building s occupants shall immediately be brought to the attention of the designated COR/ACOR, and/or Service member if unavailable. The Contactor shall ensure work performance disruption conducted in areas that maintain patients and/or other occupants are kept to a minimum. The Contractor shall ensure proper signage is always posted in work areas when conducting repair service. Contractor shall ensure all tools and equipment are always secured. Tools and equipment shall be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work- day. All debris shall be removed from the work location and facility upon completion of work each day. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only.

Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia , SC    29209-1639  USALocation

Place Of Performance : Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia , SC 29209-1639 USA

Country : United StatesState : South Carolina

You may also like

Testing of Fire Alarm System

Due: 15 Feb, 2027 (in about 2 years)Agency: University of Wisconsin-Madison

27323 Fire Detection, Suppression, and Inspection Services

Due: 24 Apr, 2024 (in 27 days)Agency: Washington State Department of Enterprise Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561621Security Systems Services (except Locksmiths)
pscCode H963Other Quality Control, Testing and Inspection Services: Alarm, Signal, and Security Detection Systems