Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
DOCUMENT

H -- Fire Sprinkler System Testing/Inspection for Dayton VA Medical Center, Springfield, OH and Richmond, IN CBOC's - Attachment

Notice Date
8/6/2018
 
Notice Type
Attachment
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Veterans Affairs;NCO 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25018Q0712
 
Response Due
8/17/2018
 
Archive Date
8/27/2018
 
Point of Contact
Jennifer Bowden, Contract Specialist
 
E-Mail Address
8-6511
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q0712 Posted Date: 03 August 2018 Response Date: 17 August 2018 @ 14:00, EST Service Code: H312 Set Aside: Small Business NAICS Code: 922160 Contracting Office Address Department of Veteran Affairs NCO 10 3140 Governor s Place Blvd., Ste 210 Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160. The Network Contracting Office (NCO) 10 is seeking to purchase Fire Sprinkler System Testing/Inspection for the Dayton VA Medical Center and CBOC s located in Richmond, IN and Springfield, OH. All interested companies shall provide quotation(s), for the following: Fire sprinkler testing/inspection Services PERFORMANCE WORK STATEMENT (PWS) Contract Title: Fire sprinkler testing/inspection Background: Dayton VA Medical Center and CBOC s requires inspection and testing of the fire sprinkler systems to be conducted quarterly, semi-annual and yearly inspection. Scope: Contractor will provide all parts, material, labor, and supervision related to fire sprinkler testing and required inspections for the Dayton VA Medical Center; Springfield and Richmond CBOC s. All work shall be up to the standards of NFPA 25 (Inspection, Testing and Maintenance of Water-Based Fire Protection Systems) guidelines. Specific Tasks: Quarterly, semi-annual, annual, 3-year full trip test, 5-year standpipe inspection and testing of the fire sprinkler system (see schedule) Inspections will be performed during normal hours of 08:00 to 15:30, EST Inspect all pipe, fittings, heads and assorted components Testing of all tamper switches, flow switch, annual fire pump, annual fire hydrants and main drains to include low points Include low air alarms for dry systems and fire pump loss of power supervisory alarms and any other supervisory signals Prior to testing system alarms, contractor must contact Gerry Pennington in the safety office at 937-268-6511 x2826 Check for any obstructions to system or sprinkler heads Will meet Joint Commission requirements Inspection report will include an inventory of tamper switches per building Performance Monitoring: All work will be signed off by COR once complete Security Requirements: BACKGROUND CHECKS and IDENTIFICATION BADGES Contractor and Subcontractor personnel that work on any VAMC property must consent to Background Checks or shall be denied access to the VAMC facilities. Information required to conduct a Background Check includes: full name, driver s license number and/or social security number, date of birth, and completion of a background check questionnaire. Contractors shall ensure their employees and those of their Subcontractors have the proper credentials allowing them to work in the United States. The Contractor shall not be entitled to any compensation for delay or expenses associated with this requirement and are not excused from proceeding with the Contract. Department of Veterans Affairs requires all Contractor employees to have a VAMC issued Identification Badge and wear it always while at the VAMC facilities. This ID badge shall be issued by the VAMC security office under its rule for issuance. Contractor personnel shall present a neat appearance and be easily recognized as a Contractor employee by wearing distinctive clothing bearing the name of the company and a VAMC issued ID badge. When an employee leaves the Contractor s service or the Contract is terminated, the employee s badge shall be returned to the VAMC immediately. REPORTING Contractor will report to Julian Lindsey in Engineering or Gerry Pennington in Safety prior to and immediately after completion of inspection and testing Contractor employee(s) will wear identification badges provided by VA when working on the VA campus or VA leased property Keys may be picked up and returned (at the end of each day) in B-408, room 205G Prior to going to the CBOC s, the contractor will: report to Julian Lindsey in Engineering or Gerry Pennington in Safety to schedule an appointment time with the CBOC manager Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): n/a Other Pertinent Information or Special Considerations: Contractor will comply with NFPA 25 guidelines for testing & inspecting sprinkler systems. Place of Performance: Dayton VA Medical Center | 4100 W. Third street | Dayton, OH 45428 Buildings: 115 116 120 126 129 131 143 302 305 307 310 315 320 321 330 335 340 341 401 408 409 410 411 412 425 Springfield CBOC | 512 South Burnett Road | Springfield, OH 45506 Richmond CBOC | 1010 N. J Street | Richmond, IN 47374 Period of Performance: Base period: August 27, 2018 August 26, 2019 Option 1: August 27, 2019 August 26, 2020 Option 2: August 27, 2020 August 26, 2021 Option 3: August 27, 2021 August 26, 2022 Option 4: August 27, 2022 August 26, 2023 Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price." The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) o All quoters shall submit the following: Technical Capability (see IV. Requirements), Past Performance (name, address, phone, period of performance), Price (quote) This is an open-market combined synopsis/solicitation for Fire Sprinkler System Testing/Inspection for the Dayton VA Medical Center and CBOC s located in Richmond, IN and Springfield, OH 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." FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Act FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.237-70, Contractor Responsibility Submission shall be received not later than August 17, 2018 @ 14:00, EST via email to Jennifer Bowden, jennifer.bowden@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Contract Specialist: Jennifer Bowden jennifer.bowden@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q0712/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0712 36C25018Q0712_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526713&FileName=36C25018Q0712-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526713&FileName=36C25018Q0712-005.docx

 
File Name: 36C25018Q0712 RFQ - 36C25018Q0712.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526714&FileName=36C25018Q0712-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526714&FileName=36C25018Q0712-006.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05023019-W 20180808/180806231356-f543110722ff46f9f37e790a04b33311 (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.