DOCUMENT
R -- Life Safety Assessment. - Attachment
- Notice Date
- 8/5/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- VA24517N0265
- Response Due
- 8/11/2017
- Archive Date
- 8/11/2017
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
vanessa.jacobs@va.gov
(vanessa.jacobs@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 4 This is a sources sought for the DC VAMC to determine the availability of potential sources (and their size classification relative to NAICS Code 541330 having the skills and capabilities necessary to provide Life Safety Assessment & Drawings in accordance with the attached SOW. 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. No award will be made from this sources sought. Interested Vendors please provide requested information by email to vanessa.jacobs@va.gov by 12:00pm EST August 11, 2017. Provide only the requested information below. REQUESTED INFORMATION BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (c) Include the DUNS number of your firm. (h) Provide your firms FSS or GSA Contract number if applicable. STATEMENT OF WORK (SOW) Life Safety Assessment & Drawing Background The Washington D.C. VA Medical Center Buildings are required to stay 100 percent compliant with the latest Life Safety Code (NFPA 101) and other relevant VHA requirements. Life safety drawings are one of the most important elements of the life safety code and all areas need to be assessed to ensure they are properly categorized in accordance with the latest Life Safety Code (NFPA 101). The life safety assessment survey shall consist of all of the buildings, update all Life Safety drawings, document deficiencies, identify appropriate occupancy classifications, and recommend corrective actions per the latest Life Safety Code (NFPA 101). This life safety survey and updated/completed life safety drawings will meet the latest Life Safety Code requirements and an assist with ensuring our Statement of Conditions is updated accordingly as required by The Joint Commission. Project Scope The contractor shall perform a survey of our main building with other connect buildings which are approximately 1 million square feet, 4-story structure with a basement, sub-basement, and penthouse. This interconnected building houses the OR, Pre-Op, Radiology, Special Procedures, SPS, Clinical Laboratory, Primary Care Clinics, Assembly, Mercantile, Industrial, and other Storage Occupancies. Note: Our buildings are constructed and built with Asbestos Containing Materials (ACM) therefore all personnel conducting the life safety assessment must possess a current 2 hour Asbestos awareness training and current half mask respirator fit test. Contractor shall be a Licensed Fire Protection Engineer and determine compliance with National Fire Protection Association (NFPA) 101 2015 edition or the latest edition in place at the time of the survey. Deviations from NFPA 101 shall be identified and documented so Plans for Improvement (PFI) can be developed. The Licensed Fire Protection Engineer shall update our current life safety drawings to build accurate life safety drawings w/ fire safety features & related square footage that display the following: · Areas of building fully sprinklered (if building only partially sprinklered) · Locations of all hazardous storage areas · Locations of all fire-rated barriers · Locations of all smoke-rated barriers · Sleeping and non-sleeping suite boundaries, including size of identified suites · Locations of designated smoke compartments · Locations of chutes and shafts · Any approved equivalencies or waivers · Certified Stamp by a Licensed Fire Protection Engineer Contractor shall review and asses for compliance TJC Life Safety Standards LS.01.01.01 through LS.03.01.70 The contractor shall provide recommendations for the appropriate occupancy classification for each section of the building and provide drawings of each area with Life Safety Code reference(s). The contractor shall evaluate existing fire and smoke barrier walls and make recommendations for decommissioning walls and cross corridor doors that are no longer needed with Life Safety Code reference(s). The contractor shall conduct a random survey of the fire and smoke barrier walls above the ceiling to confirm location and construction for not less than 10% of the fire and smoke barrier walls. Deficiencies shall be noted on redlined drawings for future repair. The contractor shall review the electronic Statement of Conditions (eSOC) and assist in its update with Life Safety Code reference(s). The contractor shall: Review e-BBI and note any discrepancies with as-built conditions Review existing set of life safety drawings and note any discrepancies with as-built conditions As a result of the review in 7 a & b), provide 2 copies of 11 x 17 & 8-1/2 x11] life safety drawings that identify fire barriers, smoke barriers, smoke compartment names and areas, suite names, types and areas, exits, hazardous areas and occupancy classifications and total area for each floor, Note the location of any equivalencies approved by The Joint Commission on the drawings, Provide a list of Life Safety Code and related findings on a spreadsheet that includes all fields contained within the Joint Commission e-PFI (e.g., finding number, location, date identified, NFPA reference, finding, corrective action, etc.). Identify all findings on a duplicate set of life safety drawings The contractor shall submit three copies of the SOC for review. The contractor shall provide one master and two numbered hardcopies of the SOC documents, and a computer CD containing the final SOC documents and drawings in Microsoft Word, PDF, and DWG format. The contractor shall provide e-mail support on the 2017 Statement of Condition or other fire related issues for a total for a total of 12 hours (approximately 1 hour/month). The contractor shall conduct an exit conference after the completion of all surveys with the staff to discuss findings for an expected total conference time of 3 hours. The facility survey will occur on consecutive days, unless a different schedule is approved by the Safety Chief or designee. The on-site portion of all the surveys shall be completed within 90 days of task order issuance, or as directed by Safety Chief or designee. Draft documentation will be submitted within 30 days of site survey completion, or as directed by Safety Chief or designee. VA will have 30 days to review and return comments to contractor. Final documents will be submitted within 45 days of receipt by contractor of VA written review comments, or as directed by Safety Chief or designee. Specific Tasks Contractor shall identify the locations of all hazardous areas on future life safety drawings. Location of all fire-rated and smoke barriers Determine and delineate suite boundaries, occupancies, and occupant loads. Identify and document pre-existing life safety deficiencies and provide directions for correction and implementation of ILSM. Identify and document potential life safety deficiencies based on ongoing renovation and construction projects. Contractor Qualification Requirements Contractor must have 10 years of experience in Fire Protection Engineering Principles and must be a licensed fire protection engineer. Contractor must have 10 years of experience conducting physical on-site life safety assessments. Contractor must have 10 years of experience working with the current editions of the National Fire Protection Association Standards. Contractor must have 10 years of experience working with the Joint Commission Accreditation standards. Contractor conducting the assessment shall have current 2 hour asbestos awareness training and half mask respirator fit test. Protection of Existing Structures, Equipment, Utilities, and Improvements: The Vendor shall preserve and protect all structures and equipment on or adjacent to the work site. The Vendor shall replace at his/her own expense damage to such items to the satisfaction of the Contracting Officer. Vendor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in Medical Center operations will not be hindered. Vendor shall permit access to VA personnel through installation areas as required for maintenance and normal Medical Center operations. When the installation area is turned over to the Vendor, the Vendor shall accept entire responsibility therefore. Vendor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the installation area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT ONE WEEK PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER. Sign-in Procedures: A valid state driver s license or state identification card is mandatory for all employees to have access to this facility. All Vendor employees are required to wear the assigned VA badge at all times. Work Hours: Normal business hours are 7:00 AM to 3:30 PM Monday thru Friday, excluding Federal Holidays. Work completed outside this time must be requested through the COR. Requests for after-hours work must be submitted in writing to the COR one (1) week prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24517N0265/listing.html)
- Document(s)
- Attachment
- File Name: VA245-17-N-0265 VA245-17-N-0265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3713953&FileName=VA245-17-N-0265-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3713953&FileName=VA245-17-N-0265-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-17-N-0265 VA245-17-N-0265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3713953&FileName=VA245-17-N-0265-000.docx)
- Record
- SN04614761-W 20170807/170805230204-d19a8c428f4a15fd4b19c216d5568f50 (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 |