Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2017 FBO #5669
DOCUMENT

H -- Fire Alarm Maintenance/Testing & Monitoring (VA-17-074998) - Attachment

Notice Date
5/30/2017
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA24217Q0578
 
Response Due
6/16/2017
 
Archive Date
6/26/2017
 
Point of Contact
MURRAY, ANTHONY
 
E-Mail Address
Y.MURRAY2@VA.GOV<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 8 of 10 COMBINED SYNOPSIS/SOLICITATION UPS BATTERY REPLACEMENT ALBANY VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0578. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total service-disabled veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 561621, Security Systems Services, with a small business size standard of $20.5 Million. (v) The Contractor shall provide pricing to provide Fire Alarm System Testing, Maintenance and Monitoring Services. See table below: PRICING FOR Fire Alarm System Inspection, Testing, Maintenance and Monitoring Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 001A Base year: Fire Alarm System Inspection and Testing Services 10/1/17 09/30/18 1 JB 001B Base year: Fire Alarm System Annual Preventative Maintenance 10/1/17 09/30/18 1 JB 001C Base year: Fire Alarm System Monitoring Services 10/1/17 09/30/18 1 JB 002A Option year 1:Fire Alarm System Inspection and Testing Services 10/1/18 09/30/19 1 JB 002B Option year 1: Fire Alarm System Annual Preventative Maintenance Services 10/1/18 09/30/19 1 JB 002C Option year 1: Fire Alarm System Monitoring Services 10/1/18 09/30/19 1 JB 003A Option year 2: Fire Alarm System Inspection and Testing Services 10/1/19 09/30/20 1 JB 003B Option year 2: Fire Alarm System Annual Preventative Maintenance Services 10/1/19 09/30/20 1 JB 003C Option year 2: Fire Alarm System Monitoring Services 10/1/19 09/30/20 1 JB 004A Option year 3: Fire Alarm System Inspection and Testing Services 10/1/20 09/30/21 1 JB 004B Option year 3: Fire Alarm System Annual Preventative Maintenance Services 10/1/20 09/30/21 1 JB 004C Option year 3: Fire Alarm System Monitoring Services 10/1/20 09/30/21 1 JB 005A Option year 4: Fire Alarm System Inspection and Testing Services 10/1/21 09/30/22 1 JB 005B Option year 4: Fire Alarm System Annual Preventative Maintenance Services 10/1/21 09/30/22 1 JB 005C Option year 4: Fire Alarm System Monitoring Services 10/1/21 09/30/22 1 JB TOTAL PRICE (vi) Description of requirement STATEMENT OF WORK GENERAL INFORMATION Title Of Project: Fire Alarm System Testing, Maintenance and Monitoring Services Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Work shall include all required labor and materials to perform testing, maintenance, cleaning and calibration of all Fire Alarm components according to NFPA, VA and Manufacturers standards. Background: All facilities Fire Alarm components and associated equipment to be maintained according to all required testing and calibration standards. Performance Period: All work must be coordinated through the facility and will be required to be performed during normal (Monday-Friday 7:00AM- 3:30PM) and off duty hours as specified below, unless otherwise directed by the Contracting Officer (CO). All off hours work will be subject to hospital operations & scheduling. All work must be completed prior to the next normal business day. The contractor shall propose a timely schedule to meet the facilities needs and requirements to be approved prior to any work commencement. Type of Contract: Firm-Fixed-Price This Fire Alarm System Testing, Maintenance and Monitoring Services requiremenet is annual with a base year plus four option years. Testing frequency will be one annual test of 100% of the fire alarm system including all buildings. Scheduling of this test will be coordinated with the COR. Fire alarm system for the facility is Edwards/GE EST3. Contractor personnel must be certified to service/program EST3 alarm systems. Provide provisions for 24/7 Central Station monitoring services of all building accounts on the campus. Fire alarm control panels shall be completely inspected and functionally tested to confirm all input/output functions. Each zone or field circuit shall be tested for opens, shorts or grounds and proper end of line use readings shall be confirmed to be within the parameters of the circuits. All fire alarm field devices shall be visually inspected and functionally tested to confirm proper alarm activation. All fire alarm and detection system controlled by event functions shall be functionally tested and the proper operation confirmed including all functions such as, but not limited to: Air handler shutdown, elevator recall, remote alarm and trouble signaling, remote annunciation and control releases for fire containment. All manual pull stations shall be inspected, tested, cleaned and adjusted as required to confirm satisfactory operation. All rate of rise heat detectors shall be functionally tested via the application of rate of rise heat generation to confirm proper detector response and restoral of the device. All audible-signaling devices shall be activated and sound pressure level measurements shall be taken in various areas to provide a record of the fire alarm audible signaling db levels. All field devices shall be scanned into inspection database utilizing existing bar codes that have been previously attached. The inspection report shall include time and date stamping for each device inspected. Included in the scope of work to be provided, is the inspection and testing of elevator functionality and testing of signaling devices to be performed on an after-hours basis. Initial Inspection and Test Initial Inspection and Test. The contractor shall perform a full initial inspection and test of each device on the fire alarm system in accordance with most current edition of NFPA 72, National Fire Alarm Code. Testing Frequencies from the most current edition of NFPA 72, shall be used. Testing Methods from the most current edition of NFPA 72, shall be used. Inspect the system to determine whether it is in service and in satisfactory condition in accordance with NFPA standards. Identify potentially detrimental site conditions that could compromise the performance of mechanical and/or electronic components of the system. Check the general condition of the fire alarm panel and related equipment. Test all smoke and heat detectors in accordance with their manufacturer s specifications. Inspect all fire alarm control panels and remote fire alarm panels. Inspect and test all annunciation devices and zones both visually and by tripping a detector. Inspect and meter all batteries. Inspect all output relays and test their activation. Inspect and exercise all flow switches, tamper switches and low-pressure alarms. Verify that all signals are received by Central Station Monitoring. Inspect the smoke detectors for cleanliness. Clean the detectors that require cleaning in accordance with their manufacturer s guidelines. Function test all accessible heat-actuating devices. Inspect and exercise all supervised control valves and switches. During testing of the fire detection system, activate outputs for the purpose of equipment shutdown, start-up and HVAC/smoke control. Tag devices as required and perform all required record keeping. Compile a complete report of the inspection, explaining any deficiencies and recommending corrective action to be taken in accordance with recognized codes for care and maintenance. Maintenance, Inspection and Testing Records. Within 14 days after completing the inspection and testing, the Contractor will furnish a written record to the Electric Shop Supervisor that includes the following: Contractor s Inspection and Testing Form that includes all the information required by the most current edition of NFPA 72. Date of manufacture of fire alarm system(s) and whether the parts are readily available. The record shall include any problems noted with the system, including inoperable or unsupervised devices or equipment, or devices that cannot be calibrated, tested, serviced in accordance with the manufacturer s recommendations. Findings noted shall include individual costs to correct/repair them. Each cost shall be broken down into both a parts and a labor cost. Notification. Before proceeding with any testing, the Contractor shall coordinate the notification of all persons and facilities that receive alarm, supervisory of trouble signals (e.g. Safety Manager, Central Station, Federal Protective Service and Fire Department). The Contractor will coordinate with the building manager to ensure that all building occupants are notified. At the conclusion of the testing, the Contractor shall notify those previously notified that the testing has been concluded. Damage to Fire Alarm System Any damage to the fire alarm or associated equipment (e.g. fans, elevators generators, pumps) caused by normal testing shall be repaired by the Contractor at no additional cost to the Government. At its discretion, the Government may have representatives present to witness any or all such tests. All costs associated with this damage shall be borne by the contractor. Fire Alarm System Preventative Maintenance Services Services include but not limited to the performance inspection, testing, and preventive maintenance of a variety of fire alarm and notification systems, equipment and components such as manual alarm devices, smoke and heat detectors, remote and graphic enunciators, main fire alarm panel and components, voice alarm system, speakers and horns and other audible and visual devices, wiring circuits and junctions, all other alarm, detection and control and ancillary devices, and emergency power operations. Contractor Safety Requirements Safety Procedures The contractor shall comply with all appropriate safety code requirements. Hazardous Conditions If the inspector encounters equipment that is in a condition that may endanger the life or property, the inspector shall immediately notify the Electric Shop Supervisor of the condition requiring immediate action. Within 24 hours the inspector shall provide a written report to the Electric Shop Supervisor of the hazardous condition and recommended corrective action. Recommended Equipment The inspection contractor shall provide all tools and supplies necessary to properly perform inspections and tests in accordance with NFPA 72. And; All Fire Alarm System, tests, inspections, maintenance, alterations and repairs performed under this contract shall comply with the most current edition of the NFPA 72 National Fire Alarm Code including all appendix chapters. Anywhere NFPA 72 states should, it shall be taken to mean, shall. Housekeeping. The Contractor shall leave areas where he performs work neat, clean and orderly. Fire Alarm System Operability. The Contractor shall ensure that the fire alarm system is maintained operable at all times except while being tested or repaired. It is essential that the contractor carefully schedule with the Safety Manager all non-emergency shutdowns of the fire alarm system and that back-up protection be provided by the contractor (arrangement of additional personnel stationed at the fire alarm system control panel) any time that the fire alarm system is out of service. In addition, regardless of the duration of the shutdown, the affected portion of the system shall be tested to insure that the protection has been restored. The contractor agrees to utilize responsible, capable, NICET certified, employees (as outlined in Certifications and Qualifications of Inspectors) in the performance of any task associated with this solicitation. The contractor may be asked to remove persons who pose a threat to health, safety, or security of an installation. Contractor personnel, while on site shall possess current NICET certification. Inspection Fire alarm inspection services shall be performed in accordance with the most current edition of NFPA 72, Testing and Maintenance of Fire Alarm Systems, including appendices. Report Fire Alarm inspection reports shall be submitted to the requesting agency on the suggested form, as found in NFPA 72, or other approved agency specific forms provided by the Ordering Official and Authority Having Jurisdiction. Hours of Operation The contractor shall coordinate with the Electrical Shop Supervisor and Safety Specialist to decide when testing, maintenance or repair can be performed. Testing, maintenance and repair can be performed during normal business hours when it does not interfere with building operations. When testing, maintenance or repair will interfere with building operations; it shall be performed after normal business hours. When required by the Government, the inspector shall perform a maintenance quality control audit. Detail requirements shall be listed in the request for service from the Ordering Official and Authority Having Jurisdiction. Repairs and Unscheduled Work. The Contractor shall perform Repairs and Unscheduled Work for fire alarm systems as covered in most current Edition of NFPA. All Fire Alarm Technicians shall be certified by the National Institute for Certification in Engineering Technologies (NICET). Number of Employees. The Contractor shall have available at all times a sufficient number of capable and qualified employees to enable the contractor to properly, adequately, and safely perform all work required under the terms of this contract. Addressable Systems. Technicians modifying the fire alarm control panel of systems shall be factory trained and currently certified for the operating system, including software version, of the particular fire alarm system (EST3), and shall provide documentation of this certification per NFPA 72. Period of Performance: Base year October 1, 2017 September 30, 2018. With the option to extend services for 4 additional option years. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 Place of Performance: The Veterans Health Administration of NY & NJ (VISN 3) 385 Tremonte Ave East Orange, NJ 07018 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as VA242-17-Q-0578. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-20 Predecessor of Offeror (July 2016) 52.204-22 Alternate Line Item Proposal (Jan 2017) 52.216-1 Type of Contract (April 1984) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.233-70 Protest Content (JAN 2008) 852.233-71 Alternate Protest (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for Fire Alarm System Testing, Maintenance and Monitoring Services at the New Jersey VA Healthcare System, East Orange Campus as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM EST, Friday June 16, 2017. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Tuesday June 13, 2017 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov. See attached document: P07 WD essex county.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA24217Q0578/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0578 VA242-17-Q-0578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535755&FileName=VA242-17-Q-0578-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535755&FileName=VA242-17-Q-0578-000.docx

 
File Name: VA242-17-Q-0578 Fire Alarm Device count and locations.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535756&FileName=VA242-17-Q-0578-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535756&FileName=VA242-17-Q-0578-001.pdf

 
File Name: VA242-17-Q-0578 P07 WD essex county.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535757&FileName=VA242-17-Q-0578-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535757&FileName=VA242-17-Q-0578-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NEW JERSEY VA HEALTHCARE;EAST ORANGE CAMPUS;385 TREMONT AVE;EAST ORANGE, NJ
Zip Code: 07018
 
Record
SN04525885-W 20170601/170530234841-2017d0e9dd319e3cdd6251f30d41dc84 (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.