DOCUMENT
H -- Maryland Fire Alarm Preventative Maintenance, Testing and Inspection. - Attachment
- Notice Date
- 9/13/2011
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Carl Henderson, Contract Specialist;P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24511RQ0292
- Response Due
- 9/23/2011
- Archive Date
- 11/22/2011
- Point of Contact
- Carl L. Henderson
- E-Mail Address
-
2-2411
- Small Business Set-Aside
- N/A
- Description
- Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside AND Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting; etc.). Accordingly, any contract resulting from this solicitation will include this clause. Vendor Information Pages (VIP) Database Purpose: This Acquisition Flash clarifies the requirement for firms to be viewable in the database prior to receiving a new contract award. All prospective awardees must be listed and verified in the database prior to being eligible for award. If a prospective awardee is listed in the database, then the prospective awardee is eligible for Fast Track Verification. However, an award shall not be made to the vendor until verification is complete. Please note: there are three rules to simplify the process. 1.If a company is listed in the VIP database with a verified logo, you may proceed with the award. 2.If a company is visible in the VIP database, but does not have a verified logo, the firm is eligible for Fast Track Verification. Please notify the Center for Veterans Enterprise as soon as possible to ensure the 21-business day process is met. 3.If a company is not visible in the VIP database, it is not eligible for either award or Fast Track Verification. Companies in this category must undergo normal verification procedures. Fire Alarm Maintenance, Testing and Preventative Maintenance 1.Maintenance to be provided: a.Testing and adjustment of manual pull stations. b.Testing and maintenance of battery and charger systems and charger circuits at fire alarm panel. c.Testing and maintenance of fire alarm bells, chimes, gongs, strobes and voice alarm systems. d.Test, clean, adjust and calibrate smoke detectors, heat detectors and duct detectors. e.Opening inspector test valves and 2" main drain on sprinkler systems for flow verification at the fire alarm panel. f.Activation and verification of signal of supervisory circuits on valve tamper switches, dry pipe sprinkler low air and fire pump supervisory g.Testing and adjustments of electrical door hold open devices. h.Annual testing and adjustment of electrical fire pumps. i.Testing, certification and maintenance of the wet chemical extinguishing systems, hoods and associated equipment. j.Testing and maintenance of beam smoke detectors. 2.Description of maintenance services: a.Battery and charger systems (semi-annual). Contractor shall test systems for proper operation in accordance with NFPA 72 guidelines (latest edition). System shall be cleaned, refilled, adjusted and maintained according to manufacturer's specification. b.Manual fire alarm pull stations: Annually, contractor shall manually activate all manual pull stations. Contractor shall verify that the unit transmits an alarm to the fire alarm control panel. c.Fire alarm bells, chimes, gongs and strobes: Annually, contractor shall test all fire alarm notification appliances to insure proper operation. d.Smoke and duct detectors: Annually, contractor shall examine and test and test all smoke detectors, duct detectors and heat detectors and shall verify that each unit transmits an alarm to the central fire alarm panel. Contractor shall notify engineering, specifically the Safety Officer or mechanical shop foreman of the locations of duct and heat detectors to be tested to avoid shutdown of critical air handling systems. Contractor shall verify that duct detectors installed for control of HVAC systems shut down the affected systems upon activation of the device. (1)Detectors shall first be "blown out" with compressed air to remove any accumulations of dirt and dust. Contractor shall then adjust detector to manufacturer's prescribed sensitivity level, if necessary. If detector can be adjusted within this range after cleaning, then it shall be considered in satisfactory condition. (2)If, after compressed air cleaning only, detector cannot be set within prescribed sensitivity range, contractor shall disassemble detector and do a complete cleaning of the unit, using the manufacturer's specified method. If, after proper cleaning and drying, detector still cannot be set to prescribed sensitivity limits, then unit shall be considered defective. Detector sensitivity shall be verified annually. e.Water flow alarm verification and inspector's test valve operation: Semi-annually, contractor shall manually open all sprinkler system zone and control valves to include 2" main drain, water shall be allowed to run through valve outlet until water is clear or a minimum of five minutes per test location. Contractor shall verify for each location, that valve supervisory and water flow alarm has activated at the fire alarm control panel. f.Activation of supervisory circuit: Quarterly, contractor shall test fire pump supervisory signal and all dry pipe sprinkler system low air alarms and shall verify that each switch initiates a trouble alarm at the fire alarm control panel's supervisory circuit. g.An annual partial trip test and a tri-annual full flow trip test shall be performed on the dry-pipe systems at the Baltimore and Loch Raven facilities. h.Electrical hold open doors: Annually, contractor shall verify that activation of the fire alarm system initiates proper closing of all doors in the specified zone tested. i.Fire pump and jockey pump test shall be conducted annually and will include inspection, testing and maintenance of flow condition, hydraulic system, mechanical transmission, electrical system and motor. j.All atrium beam smoke detector units shall be cleaned and tested annually. k.Fire alarm control panel: Annually, contractor shall check and verify proper operation of the fire alarm control panel. Contractor shall verify that troubles and alarms report properly through the panel and the PNIS. Contractor shall test all components, such as bell and strobe circuits, zone cards, fuses and switches to be sure that all are in proper position and functioning properly. l.The following is an APPROXIMATE listing of the number of devices in the hospital which will 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. Site visits may be scheduled by contacting the Facilities and Engineering Safety Office, Joseph Fannon, Safety Occupational Health Specialist, at 410-642-2411 extension 6915. Visits must be scheduled at least three (3) working days in advance. BALTIMORE VAMC (1) Duct detectors (58) (2)Smoke detectors, photoelectric (251) (3)Manual pull stations (192) (4)Fire alarm bells & gongs & speakers (309) (5)Fire alarm lights (354) (6)Fire pump (1) (7)Electrical hold open doors (118) (8)Water flow insp. Test (112) (9)Valve tamper switches (100) (10)Beam detectors (12). LOCH RAVEN CAMPUS (1) Manual Pull Stations (26 ) (2) Smoke Detectors (26) (3)Duct Detector (5) (4)Heat Detector (5) (5)Chime/Strobe/Bells (59) (6)Valve Tamper (17) (7)Sprinkler Flow Switch (17) (8)Motor Bell (2) (9)Hold Open Doors (16) (10) 1 Kitchen Hood System FORT HOWARD VAMC (1) Existing Fire Dampers - (4) (2) Dampers - (2) (3) Panels - (2) (6) Smoke Detectors - (8) (7) Duct Detectors - (2) (8) Heat detectors - (2) (9) Manual Pull Station - (4) (10)MXL - (1) PERRY POINT VAMC (1) Smoke Detectors - (680) (2) Heat Detectors - (94) (3) Pull Station - (610) (4) Magnet Door - (210) (5) Duct Detectors - (165) (6) Strobes - (660) (7) Visuals - (108) (8) Kitchen hood (4) m.Test equipment: All equipment shall be tested, cleaned and adjusted with equipment specifically designed for the purpose. Contractor shall be responsible for providing any test equipment needed to perform this contract. n.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 NFPA 13,20,25,72, 17A and 96 guidelines and, with the commercial practice governing maintenance of the type of equipment involved. o.Inspection timeframes: Annual inspections must occur within 30 days + or - from the date of the last scheduled inspection. Semi-annual inspections must occur within 20 days + or - of the last scheduled inspection. Failure to comply shall be just cause for termination of this contract. p.Wet Chemical fire extinguishing systems will be inspected, tested and maintained in accordance with NFPA 17A, Wet Chemical extinguishing Systems. 1.Semi-annually. Each system will be inspected and tested to assure that the hazard has not changed and that all detectors, releasing devices and manual activation devices, hose assemblies, nozzles, alarms, distribution piping and auxiliary equipment are in good condition, unobstructed, and functioning properly. 2.Fusible Links and Fixed Temperature Elements. Annually. Fusible links of the metal alloy type will be replaced annually. Fixed temperature elements other than metal alloy fusible links will be inspected and cleaned annually and will be replaced if damaged or deterioration is identified. 3.Control Panel. Semi-annually. The system control panel will be inspected semi-annually for signs of physical damage. All functions of the control panel will be evaluated during the semi-annual activation test that involves testing all system components without chemical discharge. 4.Activation Devices. Annually. Testing of heat, smoke and flame detectors will be performed as specified in NFPA 72, National Fire Alarm Code. In addition, detectors, time delay devices, alarm devices, and release devices from doors and dampers will be tested annually. 5.Manual Shutdown. Annually. Equipment shutdown and manual activation of the suppression system will be conducted annually during the performance of the actuation test or discharge test of the suppression system. q. Work not included: maintenance shall not include the following: 1.Electrical work external to the equipment; 2.Repair or damage resulting from accident, neglect, misuse, failure of electrical poser or causes other than ordinary, or; 3.Altering or otherwise modifying hospital equipment. r.Parts: Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. s.Service: Servicing the equipment shall consist of cleaning, lubricating, adjusting, furnishing and replacing parts, and the labor for repairs between the regular inspections outlined in this contract, and during the fours specified in Section H, paragraph 1, but accepting service necessitated by accident, fire, water or abuse. t.Reports: The inspection report will annotate each device separately describing its location and operational status, i.e. pass or fail. All equipment will be cataloged by the contractor and the dates and types of services rendered will be noted thereon. A written report of each inspection, service, etc., shall be sent to the Chief, Facilities and Engineering Service or his/her designee within ten (10) working days. u.Removal of equipment to contractor plant: Approval of the contracting officer, or his/her designee, must be obtained removing any equipment to the contractor's plant. THIS APPROVAL WILL NOT BE DELEGATED TO ANY OTHER EMPLOYEE OF THE V.A. No transportation charges will be allowed to either repairman, or transportation to or from contractor's plant. The contractor will be responsible for damage or loss of equipment. A loan of same type of equipment, if required, will be made available to the VA at no expense. v.Fire Pump Test and Inspection: (annually) Contractor shall conduct an annual flow test of the fire pump in accordance with NFPA 25 Inspection Test & Maintenance of Water Based Fire Protection Systems. w.Commercial cooking equipment extinguishing systems: (semi-annually) Contractor shall test, inspect and certify food service extinguishments hoods in accordance with NFPA 17A Wet Chemical Extinguishments Systems, and NFPA 96 Ventilation Control & Fire Protection of Commercial Cooking Operations. SECTION B.3 - SUPPLIES OR SERVIES a.Furnish all necessary labor, equipment and travel to provide maintenance and routine testing services, as well as emergency repairs, to the following fire alarm systems located at the VA Maryland Healthcare System: 1.Baltimore and Lock Raven Campuses: Cerberus Pyrotronic System and MXL System 2.Fort Howard Campus: Cerberus Pyrotronic and MXL System 3.Perry Point: Gamewell, MXL Multiplex Systems Contract performance will be from date of award through September 30, 2012 with (3) one year options. SECTION B.4 - DESCRIPTION/SPECIFICATIONS 1.This contract deals with furnishing of required maintenance and routine testing services, as well as necessary emergency repairs to the fire alarm system located at the following sites: Baltimore, Loch Raven Campuses, Fort Howard and Perry Point. Scheduled maintenance services, as listed in these specifications, shall be paid at the cost bid for performing said services. The period of this contract shall be from date of contract award through end of government contract year, with three (3) option periods. Although there are option years, the Government is not required to exercise these options. 2.The successful bidder for this contract shall also be available for fire alarm system repairs during the term of this contract. Emergency repairs outside contract service and parts which are required to complete emergency repairs will all be approved and authorized only by the safety officer or his/her designee. Fire Alarm System Repairs: 1.The successful bidder for this contract shall be the contractor assigned to perform any required repairs on all components of the listed Fire alarm systems on Section B during the period of this contract. Emergency service must be available on a 24 hour basis. Contractor shall provide a list of day and evening telephone numbers where repair personnel can be reached in event of an emergency. Contractor shall respond to the request for repairs within four (4) hours after being contracted for an emergency repair call. 2.Emergency and repair service call will be authorized by safety officer or his/her designee only. 3.Contractor shall provide an hourly service rate. This rate shall be a uniform cost for all repair costs, regardless of the time of day service is provided. This rate shall not be adjusted to provide compensation for overtime, holiday pay, night differential, etc., and shall be the set price for labor on repair services per hour at any time, day or night, for the term of this contract. Rate shall include travel costs, for which compensation by the VA will NOT be made. 4.Contractor shall provide the Chief, Facilities & Engineering Service through the Safety Officer or his/her designee with a list of the cost of each component part used in the system, as indicated below. This list will be kept on file in the Facilities & Engineering Officer for use in estimating costs for emergency repairs and service calls. The price for parts on this list shall be the guaranteed rate for such parts used during the term of this contract. If parts other than those listed, are needed for repairs, contractor shall charge the current price for such parts at the time the repair is made. Part # (or current replacement if applicable) ModelDescription CP-35Control panel PS-35Power Supply BE-35Battery extender MM-35Meter module ZU-35Dual zone module AE-30UAlarm extender module SR-35Supplementary relay DS-30Drill switch ZC-30Zone coder board ZC-31Coder extender board EA-35Enclosure BDS-6246" bell, 24 VDC, sgl' Str' CEC-24Chime, 24 VDC MS-151Manual Station PEC-3TPhotoelectric smoke detector RR-3Detector remote delay STA-10Sampling tube RL-3Remote alarm light DT-135RHeat detector PB-2400Linear beam detector AL2B-75-24VPower supply battery charger DMP-200Coded alarm monitor/pr'tr 68069PNiCad batter with rack VTN-31010 zone tele' select' Van-300System controller MSL-1QBase System MSE-3Enclosure SMB-1Main Board MKB-4Display Keyboard MPS-6Power Supply BP-61Battery EB-33Backbox ED-33RDoor EK-33Rail Kit BI-35Battery Interface BC-35Battery Charger BK-33Battery Bracket BT-34Battery MPX-2 Mounting Plate AE-03UAudible Extender PS-5APower Supply 5V MOI-7Enunciator Interface MOD-16Enunciator Driver RSC-GP2Enunciator Back box ILP-1Photo Detector ID-60T-135Heat Detector DB-3SBases DB-3XRSRelay Bases MSI-20Manual Station TRI-60DDual Interface TRI-60RInterface with Relay TRI-60Single Interface AD-3XRPDuct Housing ILP-1Duct Photo Detector STA-6Sampling Tube MBDC-6Motor bell LSM-VFRADA Strobe LS1M-VFRADA Strobe, 1 Gang CH-DLSM-24Chime Strobe 5.Between the hours 8:00 a.m. to 4:00 p.m., Monday through Friday, Federal holidays excepted, the contractor shall report to the Facilities and Engineering Service Safety Office, BEFORE making any repairs and again when repairs are finished. Contractor must sign in and out. Failure of the contractor to sign in and out shall be just cause for the VA to withhold payment for such services. 6.Payment - All invoices will have the following information included: Date of service, and service completed, which facility service was completed at, IF THE SERVICE WAS AN EMERGENCY REPAIR (who requested said emergency service). Failure to provide the above information could cause the VA to withhold payment for service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RQ0292/listing.html)
- Document(s)
- Attachment
- File Name: VA-245-11-RQ-0292 VA-245-11-RQ-0292_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255045&FileName=VA-245-11-RQ-0292-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255045&FileName=VA-245-11-RQ-0292-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-245-11-RQ-0292 VA-245-11-RQ-0292_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255045&FileName=VA-245-11-RQ-0292-001.docx)
- Place of Performance
- Address: P.O. Box 1000;Bldg. 101, Room 42;Perry Point, MD. 21902
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN02575076-W 20110915/110914001245-f7fe0072c3996253e57271518e9f953f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |