DOCUMENT
H -- Fire and Smoke Damper Testing (VA-18-00160834) - Attachment
- Notice Date
- 10/18/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
- ZIP Code
- 93721
- Solicitation Number
- 36C26119Q0067
- Response Due
- 10/25/2018
- Archive Date
- 12/24/2018
- Point of Contact
- Parvinder Brar
- E-Mail Address
-
5-6100
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, and the small business size standard is $15.0 M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services Vendor shall perform verification of need, inspection, testing, decommissioning (if found to be obsolete) and the procurement and installation of identification labels on 213 fire, smoke and combination fire / smoke dampers located in approximately seven buildings occupying the VA Central California Healthcare System-Fresno Medical Center Campus (2615 E. Clinton Ave, Fresno, California). Work will be performed in accordance with: NFPA 80; Standard for Fire Doors and Other Opening Protectives, 2016 Edition. NFPA 90A; Standard for the Installation of Air Conditioning, 2018 Edition. NFPA 101; Life Safety Code, 2018 Edition. As used in this document dampers shall indicate fire dampers, smoke dampers or combination fire and smoke dampers. Balancing dampers are not covered by this work. As used in this document, verification of need (VON) is defined as confirming that a damper is required based on the current NFPA standards, the current building conditions and the current building classification. VON will be limited to Buildings 1, Outpatient Clinic (OPC), 31 (CLC) and 24. As used in this document, decommissioning shall indicate removing or securing a damper in a manner that prevents it from operating. Contractor shall be responsible for the provision of all tools, ladders, lifts, personal protection equipment (PPE), equipment / area protection materials, identification labels, travel, lodging and other items, devices or materials required to complete the work. Contractor will perform a site walk to identify locations and assess accessibility of the dampers. Contractor will discuss damper access problems with the Contracting Officers Representative (COR) during the site walk and will provide a written document listing damper(s) with potential accessibility barriers. Submitted document shall contain the damper location, function (fire, smoke, fire and smoke), and a clear explanation of the work required to provide access to the damper. Contractor will verify that each damper included in the scope of this project is required in accordance with the current NFPA standards, the current building conditions and building classifications. In most cases, dampers found to be obsolete will be decommissioned. The government will be responsible for correcting all damper accessibility barriers associated with drywall, plaster and lathe, drop ceiling frame members (grids), conduit, electrical boxes, pipes, metal / wood studs, concrete, steel beams and furnishings connected to building components. (Regardless of damper accessibility issues, Contractor will be responsible for the installation of all damper identification labels.) Contractor will be required to relocate furnishings (under 50 pounds), remove ceiling tiles, operate access hatches and/or perform similar relatively easy tasks as required to perform the work associated with this contract. Once damper testing has been completed items moved, opened, removed or relocated by the Contractor will be returned to their original location. Phenolic identification labels conforming to Military Standard LP 387A Type N.D.P. LP 509 shall be installed by the Contractor after damper testing or damper decommissioning. Labels shall be 2-1/2 x 1 x 1/8, laminated, red phenolic resin with a white core. Lettering shall be white, approximately ¼ inch. Font type shall be Times New Roman, Aerial or Sans Serif. Contractor may recommend a font to the COR for approval if desired. Identification labels shall be engraved with the following data: Line 1-Type of damper (FIRE DAMPER, SMOKE DAMPER, FIRE / SMOKE DAMPER Line 2-VA generated system number (SYS-###-###) Line 3-Type of duct protected (SA, RA, EX) followed by the name of the air handler or exhaust fan associated with the protected duct. (AHU-1) and the building number where the air handler or exhaust fan is located (B27). Dampers that have been removed from service shall have DECOMMISSIONED engraved on this line. The system formerly protected by the damper does not need to be listed on decommissioned dampers. End of brief scope description Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Parvinder Brar by email at: Parvinder.brar@va.gov by 2PM PST October 25, 2018: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of any training certificates or licenses applicable to the scope of work. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. *Failure to provide the information requested above (items (a) (j)) will be considered non-responsive and will not be considered a viable source.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/36C26119Q0067/listing.html)
- Document(s)
- Attachment
- File Name: 36C26119Q0067 36C26119Q0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4640892&FileName=36C26119Q0067-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4640892&FileName=36C26119Q0067-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119Q0067 36C26119Q0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4640892&FileName=36C26119Q0067-000.docx)
- Record
- SN05128870-W 20181020/181018230823-816053cc7ad2ab5f0a6647f5b273e5ac (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 |