Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

R -- Fire Systems Technical Specialist Support - REP 12-161-SOL-00027

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
12-161-SOL-00027
 
Point of Contact
Daniel D. Finley, Phone: 2147675255
 
E-Mail Address
dan.finley@ihs.gov
(dan.finley@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposal Document Fire Systems Technical Specialist Support NOTE: This acquisition is set-aside for small business participation only. The North American Industry Classification System (NAICS) code applicable is 238990, All Other Specialty Trade Contractors. The small business size standard for this NAICS code is average annual revenue of $14 Million or less. Proposals submitted by firms that are not classified as small businesses under this criterion will not be considered for this acquisition. Interested firms must download and print the Request for Proposal (RFP) document in order to submit a proposal. A link to the RFP document is shown in the pane at the right of this webpage. Details on task requirements, submission requirements and evaluation criteria are included in the RFP. Interested firms should also enter their contact information in the Tab at the top of this webpage Titled "Interested Vendors" to register their interest and ensure they receive any RFP Amendments issued. 1.PROJECT SUMMARY The Contractor shall provide qualified personnel to perform tests and inspections on fire detection, alarm and extinguishing devices; and to complete documentation on those tests and inspections. The services shall be provided to the Phoenix Area Indian Health Service (IHS) at IHS health care facilities located at various locations in Arizona, California, Nevada and Utah. Historically, a majority of the work required will be at remote locations. 2.DESCRIPTION OF SERVICES The services shall be conducted in compliance with the applicable National Fire Protection Association (NFPA) Standards and performed at intervals prescribed by the Government. Contractor Personnel performing required services are subject to the direction of the Chief, Operations Branch, Division of Facilities Engineering, Office of Environmental Health and Engineering, Phoenix Area Indian Health Service. The Contractor and its personnel performing services under this contract will be provided a prioritized listing of required services to perform, with a schedule for each location. The Contractor shall provide all basic tools necessary to perform the duties. Any specialized tools and equipment required for satisfactory performance of assigned tasks will be provided by the Government. 3.PLACE OF PERFORMANCE AND WORK HOURS Contractor personnel performing required services will be provided office space and the use of Government hardware, software and other tools to perform required services. The base location for the Contractor will be at the Phoenix Area Office, Office of Environmental Health and Engineering Division of Facilities Engineering, 40 N. Central Avenue, Suite 720, Phoenix, Arizona 85004. The Contractor Employee(s) shall work in and from this facility for remote requirements. Normal work hours are 8am to 5pm Monday through Friday, excluding federal holidays. The contractor will be compensated for only the hours Contractor Employee(s) work.5.SCOPE OF WORK4.COMPLEXITY 4. COMPLEXITY Performance of the services under this contract requires skill in numerous complex areas including code consulting, technical writing, test and inspections, complex troubleshooting and maintenance, and detailed investigations. Acceptable Contractor Personnel must possess expertise in all of these areas with emphasis on product knowledge and code requirements. Independent judgments and actions are continuous. Accepted Contractor Personnel shall follow established written guidelines and procedures, as directed by IHS. 5.SCOPE OF WORK The Contractor shall perform testing and inspection of the following fire detection, alarm and extinguishing devices and equipment as directed by the Government. Contractor personnel working under this contact shall (referred to as Contractor Personnel from this point forward in this Scope of Work) complete all required documentation associated with the testing and inspection of the fire detection, alarm and extinguishing devices and equipment. This may include validation of and documentation of work performed by Government employees and/or other Contractors. (a) Initiating Devices 1.Supervisory signal devices; 2.Valve tamper switches and water flow devices; and 3.Duct detectors, electromechanical releasing devices, heat detectors, manual fire alarm boxes and smoke detectors. (b)Occupant alarm notification devices including all audible devices, speakers and visible devices. (c)Off-premises Emergency Forces Notification transmission equipment. (d)For water-based automatic fire extinguishing systems: 1.Fire pumps; 2.Water storage tank high and low level alarms; 3.Water storage tank low water temperature alarms; 4.Main drain tests at all system risers; and 5.Fire department connections. (e)Kitchen automatic fire extinguishing systems. (f)Carbon dioxide and other gaseous automatic fire extinguishing systems. (g)Portable fire extinguishers. (h)Water stand-pipe and hoses. (i)Fire and smoke dampers (j)Automatic Smoke detection shutdown devices for air handling equipment. (k)Horizontal and vertical sliding and rolling fire doors. (l)Access Control Systems. 1.Control panels and all associated programming and software; 2.Card reads; 3.Touch sense release mechanisms; 4.Request to exit devices; 5.Door strike units; and 6.Alarm Contacts. (m)CCTV systems 1.Digital video recording devices and all associated programming and software; 2.Fix and pa, zoom and tilt cameras; 3.Environmental equipment; and 4.Power supplies. (n)Security Systems: 1.Control panels and all associated programming and software; 2.Motion detection devices; 3.Alarm contact devices; and Audible annunciation devices.   (o)Nurse Call systems: 1.Control panels and all associated programming and software; 2.Master controller units; 3.Patient, staff, bath and all associated stations; and 4.Dome lights and annunciation devices. (p)Building Management (a.k.a. Direct Digital Controls (DDC)) Contractor Personnel shall perform assessments, troubleshooting, testing, inspection and documentation of integrated fire detection and alarm systems. This may include validation and documentation of work performed by Government employees and other Contractors: •Fire alarm control panels and all associated panels installed, including power supply panels, emergency voice control panels, fire fighter phone panels, monitor zone cards, modules for fire pump status, generator status, smoke control and annunciator panels. •Auxiliary devices connected to fire alarm systems used for control outputs including elevator recall, door holders, security door release, air handler shutdown, stairwell pressurization fans, smoke exhaust fans, fire/smoke dampers, door curtain activation, adjacent zone pressurization fans, and any other control outputs connected to and/or activated by the fire alarm system. Contractor Personnel shall provide comprehensive review, investigation and assessment of issues involving NFPA codes associated with the scope of work, as directed by the Government. 6.QUALIFICATIONS OF CONTRACTOR PERSONNEL Contractor Personnel accepted by the Government to work under this contract shall be experienced in the testing and evaluation of health care facility fire alarm and detection system. All Contractor Personnel must have a minimum of three years full-time experience in maintaining fire detection, alarm, and extinguishing devices and related equipment. A.All Contractor Personnel accepted by the Government shall possess a National Institute for Certification in Engineering Technologies (NICET) Level III Certification in Fire Alarm Systems. B.In addition, all Contractor Personnel shall have one or more of the following certifications: •Inspection & Testing of Water-Based Systems (National Institute for Certification in Engineering Technologies (NICET) Level III, or equivalent); •"F" Fire Alarm License (Issued from any state in the US); •"G" Sprinkler license (Issued from any state in the US); •"E2" Engineered System Suppression License (Issued from any state in the US); •Formal training on Notifier fire alarm systems, or equal; •Formal training on Ademco Security systems, or equal; •Formal training on Panasonic CCTV systems, or equal; and •Formal training on Jeron nurse call systems, or equal. C.All Contractor Personnel shall have knowledge and understanding of the following National Fire Protection Association codes: NFPA 10 (Portable Fire Extinguishers) NFPA 13 (Installation of Sprinkler Systems) NFPA 14 (Standpipe and Hose Systems) NFPA 25 (Inspection, Testing, and Maintenance of Water-Based Fire Detection Systems) NFPA 72 (National Fire Alarm Code) NFPA 80 (Fire Doors and Fire Windows) NFPA 1962 (Care, Use, and Service of Fire Systems) D.All Contractor Personnel must be physically able to climb ladders (up to 20 feet), enter crawl spaces, and carry equipment up to 40 pounds in total weight.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/12-161-SOL-00027/listing.html)
 
Place of Performance
Address: 40 N. Central Avenue, Suite 720, Phoenix, Arizona, 85004, United States
Zip Code: 85004
 
Record
SN02783130-W 20120623/120622000338-cde59f1f0828625ac008067786ccbef8 (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 |
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.