Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2020 SAM #6636
SOURCES SOUGHT

H -- Maintenance- water based fire protection systems

Notice Date
1/28/2020 7:44:51 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0072
 
Archive Date
02/21/2020
 
Point of Contact
Lori Eastmead
 
E-Mail Address
Lori.Eastmead@va.gov
(Lori.Eastmead@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 561621. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding business size and socio-economic status. All information must be received no later than Wednesday, JANUARY 29, 2020 at 11:00 AM (Local Time). Email information to Lori Eastmead, Contracting Officer, at Lori.Eastmead@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A SPECIFIC SMALL BUSINESS SOCIOECONOMIC CONTRACTING PROGRAM, SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). The following NAICS Code and Small Business Size Standard has been identified for this requirement: 561621 Security Systems Services (except locksmiths) with a Small Business Size Standard of $22.0 Million in annual revenue. Interested firms shall provide an overview of their firm s capabilities and experience with projects similar in size and scope of this project. Capability statements must include: Company experience in providing inspection, testing, maintenance and service of life safety systems to include: water-based fire protection systems, wet-chemical extinguishing systems, portable fire extinguishers, and fire alarm systems. Include prior experience in providing these technical services for a major federal agency with emphasis on health care. Include sub-contracting plans if applicable; Written plan which details the approach and sequencing to accomplish all requirements of the Statement of Work and demonstrate an understanding of the project and types of problems likely to be encountered. Provide specific comments on procedures, technology and proposed improvements; Descriptions of the approach to accomplishing the projects in the Statement of Work and within the stated time frames with appropriate staff; Sample documentation of inspection, testing, and maintenance activities for each system type involved in the Statement of Work. Experience and qualifications of the project team staff, particularly in providing inspection, testing and maintenance services for a major federal agency; Current hours of operation; Organization name and assumed name/doing business as (dba) if applicable Point of contact) including name, title, addresses, telephone number, fax number and email address); Business size under NAICS code 561621 (If SDVOSB or VOSB-provide SDVOSB/VOSB CVE verification or VIP Profile); DUNS number; (All information shall be submitted in Word or PDF format, not to exceed 25 pages, including all attachments.) STATEMENT OF WORK Services for Water-Based Fire Protection Systems, Wet-Chemical Fire Extinguishing Systems, Portable Fire Extinguishers, and Fire Alarm Systems at Clement J. Zablocki VA Medical Center Milwaukee, Wisconsin PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personnel services contract to provide services for water-based fire protection systems, wet-chemical fire extinguishing systems, portable fire extinguishers, and fire alarm systems at Clement J. Zablocki VA Medical Center, 5000 W. National Avenue, Milwaukee, WI. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who in turn is responsible to the Government. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform inspection and testing of water-based fire protection systems, wet-chemical fire protection systems, portable fire extinguishers, and fire alarm systems at Clement J. Zablocki VA Medical Center as defined in this Statement of Work (SOW) except for those items specified as Government furnished services. The Contractor shall also provide recurring maintenance for portable fire extinguishers and semiannual maintenance of wet-chemical extinguishing systems related to periodic inspection and testing. The Contractor shall perform to the standards identified in this contract. 1.2 Background: The Clement J. Zablocki VA Medical Center (VAMC), operated by the Veterans Health Administration (VHA), United States Department of Veteran Affairs (VA), is a campus consisting of healthcare, ambulatory healthcare, domiciliary, business, storage, and industrial occupancies that support the VHA s mission of providing quality healthcare to the nation s veteran population. VA policy is to design and maintain facilities in compliance with the most recent edition of National Fire Protection Association s (NFPA) Life Safety Code (NFPA 101). VAMC programs are subject to inspections and accreditations by nongovernmental entities including: The Joint Commission, Long Term Care Institute, College of American Pathologists, and the Commission on Accreditation of Rehabilitation Facilities. These entities require detailed documentation of inspection, testing, and maintenance activities on life safety systems. 1.3 Objectives: Water-based fire protection systems are inspected and tested in accordance with NFPA 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems. Wet-chemical fire extinguishing systems are inspected and in accordance with NFPA 96, Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations and NFPA 17A, Standard for Wet Chemical Extinguishing Systems, including semiannual maintenance. Portable fire extinguishers are inspected, tested, and maintained in accordance with NFPA 10, Standard for Portable Fire Extinguishers. Fire alarm systems are inspected and tested in accordance with NFPA 72, National Fire Alarm and Signaling Code. 1.4 Scope: Inspection and testing of water-based fire protection systems, wet-chemical extinguishing systems, portable fire extinguishers, and fire alarm systems; semiannual maintenance of wet-chemical extinguishing systems related to testing and inspection; recurring maintenance of portable fire extinguishers. Delivered products include: written reports (provided in electronic format) of inspection, testing and maintenance activities including itemized inventories and individual pass/fail/not tested results . 1.5 General Information 1.5.1 Quality Control: The Contractor shall develop and maintain an effective quality control (QC) program to ensure services are performed in accordance with this Statement of Work (SOW). The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. A Quality Control Plan (QCP) is to be provided, with the Contractors quote. Three copies of a comprehensive written QCP shall be submitted to the CO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the Contractor shall receive the contracting officer s acceptance in writing of any proposed change to his QC program. 1.5.2 Quality Assurance: The Government shall evaluate the Contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.3 Hours of Operation: The Contractor is responsible for providing services between the hours of 7:00 a.m. and 3:30 p.m. Central Time, Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Federal holidays are: New Year s Day, Birthday of Martin Luther King, Jr., Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Services related to systems within food production, surgical, and elevator equipment areas may require Contractor to work outside of the above-listed working hours and/or on weekends and Federal holidays to minimize disruption to medical center operations. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. VA may consider allowing work outside of the above-listed hours of operation for the convenience of the Government. 1.5.3.1 Emergency Services: The Contractor shall respond on-site within 8-hours for emergency work related to their inspection, testing and maintenance activities to restore systems to an operational status. This includes but is not limited to: resetting dry pipe sprinkler systems, preaction sprinkler systems, wet pipe sprinkler systems, fire alarm systems, wet-chemical extinguishing systems, and portable fire extinguishers that malfunction as a result of the Contractor s work. 1.5.4 Place of Performance: The work under this contract shall be performed at the Clement J. Zablocki VA Medical Center campus, located at 5000 West National Avenue, Milwaukee, Wisconsin 53295. 1.5.4.1 Physical Security: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.5.4.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.5.4.2.1 In the event keys are lost or duplicated, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.5.4.2.2 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.5.4.3 Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations (including electronic keypad codes) are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor s Quality Control Plan. 1.5.5 Special Qualifications: The Contractor is responsible for ensuring all employees possess and maintain current certification during the execution of this contract. Water-Based Fire Protection Systems: National Institute for Certification in Engineering Technologies (NICET): Inspection and Testing of Water-Based Systems Level III; AND State of Wisconsin: Automatic Fire Sprinkler Tester Registration; AND State of Wisconsin: Cross Connection Control Tester Registration. Portable Fire Extinguishers: National Association of Fire Equipment Distributors (NAFED) Portable Fire Extinguisher Technician Certification, OR equivalent manufacturer certification approved by VA. Wet-Chemical Fire Extinguishing Systems: NICET: Special Hazards Suppression Systems Level I; AND NAFED Pre-Engineered Kitchen Fire Extinguishing Systems certification, OR equivalent manufacturer certification approved by VA. Fire Alarm Systems: NICET: Fire Alarm Systems Level II 1.5.6 Post Award Conference/Periodic Progress Meetings: The Contractor shall attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the contracting officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.5.7 Key Personnel: The following personnel are considered key personnel by the Government: Contract Manager/Alternate Contract Manager. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m. Central Time, Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. 1.5.8 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. VA identification badges are required for all contractor employees working at the VA. Before beginning work on any project, all outside contractors shall obtain a VA contractor identification badge. The Contractor will complete the badge application and submit it to the COR, who will forward to the Police. The contractor shall stop at the Police ID office after approximately 2 business days to complete the badge application process (including fingerprinting and background checks). VA contractor badges are required for all contractors and consultants who will be onsite for more than 3 total days of the project. Temporary badges will be provided to the contractor for contractors onsite for less than 3 days. The outside contractor will supply the following information: location of work site, authorization, duration, and any pertinent information that is required. 1.5.9 Organizational Conflict of Interest: Contractor and Subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.5.10 System Outages: The Contractor shall coordinate with the COR all inspection, testing and maintenance activities requiring outages of life safety systems (e.g. sprinkler systems, fire alarm systems et al) or building systems (e.g. heating, ventilation and air conditioning, elevators et al). The Contractor shall provide a minimum of two weeks notification of any outages to allow the Government time to review and approve system outages. The Contractor may not create any outages without prior VA approval. 1.5.11 Notification of Life Safety Deficiencies: The Contractor shall provide the COR or VA Safety Section representative with a written list of deficiencies identified at the end of each day inspection, testing and maintenance activity. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1 DEFINITIONS: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (CO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. The COR has authority to provide technical direction to the Contractor if that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered; may include non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the SOW. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the quote. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of a product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the Subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: ACOR Alternate Contracting Officer's Representative CCE Contracting Center of Excellence CFR Code of Federal Regulations CO Contracting Officer COR Contracting Officer Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary SOW Statement of Work QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT SERVICES 3. GOVERNMENT-PROVIDED SERVICES: 3.1 Services: The Government shall provide the following services: Weekly inspection of fire pump system Monthly inspection of automatic sprinkler system gauges Monthly inspection of automatic sprinkler system control valves, dry pipe valves, and preaction valves Monthly fire pump no-flow condition (churn) testing Monthly owner s inspections of wet-chemical extinguishing systems The Contractor shall not be compensated or reimbursed for performance of the above inspections. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this SOW. 4.2 The Contractor shall furnish all materials, supplies, and equipment necessary to meet the requirements under this SOW, including, but not limited to: Gaskets, seals, packing, lubricants, and sealants related to inspection and testing activities Replacement sprinklers associated with sprinkler testing Pressure gauges associated with 5-year calibration or replacement Inspection & testing tags and hangers Fire alarm system replacement batteries for failures discovered during testing Labeling/identification materials Fusible links Wet chemical extinguishing system nozzle blow off caps Test smoke Detector cleaners Extinguishing agents Extinguishing system activation cartridges Compressed gas for extinguishing equipment recharging Portable fire extinguisher service and maintenance components 4.3 Equipment. The Contractor shall furnish ladders, hoses and fittings, alarm detector test equipment, etc. to meet the requirements under this SOW. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1 Basic Services. The Contractor shall provide services for the inspection and testing of fire protection systems: 5.2 Inspection and testing of water-based fire protection systems, including but not limited to: System gauges, including 5-year calibration or replacement System control valves Waterflow alarm devices Valve supervisory alarm devices Supervisory signal devices Hydraulic nameplates Hangers and bracing Visible pipe and fittings Facility spare (replacement) sprinkler stock Informational signage Fire department connections Alarm valves, including 5-year internal Check valves, including 5-year internal Dry pipe valves, including 5-year internal, strainers, filters, and orifices Preaction/deluge valves, including 5-year internal, strainers, filters, and orifices Hose connections, including 3-year hose valve testing Fire pump system (excluding weekly no-flow (churn) test) Backflow prevention assemblies Main drains Sprinklers, including 5, 10, 20, 50, and 75-year testing or replacement Obstruction investigation, including 5-year internal pipe and branch line inspection Private service fire main 5-year flow test Fire hydrants, including flow test 5.3 Inspection, testing and semiannual maintenance of wet-chemical fire extinguishing systems, including but not limited to: Semiannual inspection and trip testing Semiannual replacement of fusible links Semiannual replacement of system nozzle blow - off caps Hydrostatic pressure testing of wet chemical containers, auxiliary pressure containers, and hose assemblies; or replacement with equivalent current year manufactured replacements Replacement of system activation cartridges Replacement of extinguishing agents 5.4 Inspection, testing and recurring maintenance of portable fire extinguishers including but not limited to: Portable fire extinguisher 30-day inspections Annual maintenance, including updating master fire extinguisher inventory data Internal examination of fire extinguishers, or replacement with equivalent current year manufactured replacements Hydrostatic testing of fire extinguishers, or replacement with equivalent current year manufactured replacements Recharging discharged or under-pressured units discovered during 30-day inspections Replacement of missing seals, tags, hose retainers discovered during 30-day inspections Inspection, testing, and maintenance of facility spare portable fire extinguisher supply. 5.5 Inspection and testing of fire alarm systems and interface device, including but not limited to: Control equipment Batteries Replacement of failed (due to performance or age) batteries discovered during inspection and testing activities Transient suppressors Fire alarm control unit trouble signals Fiber-optic cable connections In-building fire emergency voice/alarm communications equipment Remote annunciators Initiating devices, including sensitivity testing and cleaning Guard s tour equipment Interface equipment Notification appliances Special hazard equipment Protected premises alarm system transmission equipment Releasing systems Door releasing services due to fire alarm activation Door unlocking services due to fire alarm activation Elevator recall by fire alarm initiating devices Elevator power shunt trip by fire alarm initiating devices Heating, ventilation, and air conditioning equipment shutdown due to fire alarm activation Alarm transmission equipment, including receipt of signals by remote monitoring service Emergency communications equipment Emergency control functions Identification, inventory, and labeling of initiating devices, where missing Identification, inventory and labeling of notification appliances, where missing Smoke detector cleaning PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures: NFPA 101, Life Safety Code, 2018 Edition NFPA 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems, 2017 Edition NFPA 96, Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations, 2017 Edition NFPA 17A, Standard for Wet Chemical Extinguishing Systems, 2017 Edition NFPA 10, Standard for Portable Fire Extinguishers, 2018 Edition NFPA 72, National Fire Alarm and Signaling Code, 2016 Edition 6.2 Whenever NFPA 101, Life Safety Code is revised to a newer edition, the references above shall be revised to the editions referenced in the latest edition of NFPA 101. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING Attachment/Technical Exhibit List: Attachment 1/Technical Exhibit 1 Quality Assurance Surveillance Plan Attachment 2/Technical Exhibit 2 Deliverables Schedule Attachment 3/Technical Exhibit 3 Fire Alarm System Data Attachment 4/Technical Exhibit 4 Water-Based Fire Protection System Data Attachment 5/Technical Exhibit 5 Wet-Chemical Extinguishing System Data Attachment 6/Technical Exhibit 6 Portable Fire Extinguisher Data NOTE: The information provided in Attachments 3 through 6 is an approximation and shall not be considered complete. TECHNICAL EXHIBIT 1 Quality Assurance Surveillance Plan (QASP) The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS #1.1 Timely completion of inspection and testing or Water-Based Fire Protection Systems (SOW paragraph 5.2). Work completed within approved schedule based on NFPA 25 frequencies. 0% deviation from standard 3% deviation for Non-Patient Care areas COR 100% inspection of inspection and testing activity documentation COR random sampling of hang tags PRS #1.2 Timely completion of inspection and testing of Wet-Chemical Fire Extinguishing Systems (SOW paragraph 5.3). Work completed within approved schedule based on NFPA 96 and NFPA 17A frequencies. 0% deviation from standard PRS #1.3 Timely completion of inspection, testing and maintenance of Portable Fire Extinguishers (SOW paragraph 5.4). Work completed within approved schedule based on NFPA 10 frequencies. 0% deviation from standard for Patient Care areas 3% deviation for Non-Patient Care areas COR 100% inspection of inspection and testing activity documentation COR random sampling of hang tags, verification of service collars, and service labels PRS #1.4 Timely completion of inspection and testing for Fire Alarm Systems (SOW paragraph 5.5). Work completed within approved schedule based on NFPA 72 frequencies. COR 100% inspection of inspection and testing activity documentation Performance Objective Standard Performance Threshold Method of Surveillance PRS #2.1 Thorough inspection and testing activities for Water-Based Fire Protection Systems (SOW paragraph 5.2). All tasks completed, in scope deficiencies corrected and documented, out of scope deficiencies documented. 0% deviation from standard for Patient Care areas 3% deviation for Non-Patient Care areas COR 100% inspection of inspection and testing activity documentation PRS #2.2 Thorough inspection and testing activities for Wet-Chemical Fire Extinguishing Systems (SOW paragraph 5.3). 0% deviation from standard COR 100% inspection of inspection and testing activity documentation COR random sampling of hang tags PRS #2.3 Thorough inspection, testing and maintenance activities for Portable Fire Extinguishers (SOW paragraph 5.4). 0% deviation from standard for Patient Care areas 3% deviation for Non-Patient Care areas PRS #2.4 Thorough inspection and testing activities for Fire Alarm Systems (SOW paragraph 5.5). COR 100% inspection of inspection and testing activity documentation Performance Objective Standard Performance Threshold Method of Surveillance PRS #3.1 Proper and timely documentation of inspection and testing activities for Water-Based Fire Protection Systems (SOW paragraph 5.2). Work is documented with summary of work performed, itemized lists of components, their locations, individual pass/fail results, and summary of deficiencies, and summary of recommendations. Delivered to VA within 7 calendar days of end of each phase of inspection and testing activities. 0% deviation from standard for Patient Care areas 3% deviation for Non-Patient Care areas COR 100% inspection of inspection and testing activity documentation COR random sampling of hang tags PRS #3.2 Proper and timely documentation of inspection and testing activities for Wet-Chemical Fire Extinguishing Systems (SOW paragraph 5.3). 0% deviation from standard PRS #3.3 Proper and timely documentation of inspection, testing and maintenance activities for Portable Fire Extinguishers (SOW paragraph 5.4). 0% deviation from standard for Patient Care areas 3% deviation for Non-Patient Care areas COR 100% inspection of inspection and testing activity documentation COR random sampling of hang tags, verification of service collars, and service labels PRS #3.4 Proper and timely documentation of inspection and testing activities for Fire Alarm Systems (SOW paragraph 5.5). Work is documented with summary of work performed, itemized lists of components, their locations, individual pass/fail results, and summary of deficiencies, and summary of recommendations. Delivered to VA within 14 calendar days of end of each phase of inspection and testing activities. COR 100% inspection of inspection and testing activity documentation TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To Water based fire protection inspection and testing report (one report per system per phase) Within 7 days of completion of work phase. 1 Original Original: electronic (computer) portable document format (pdf) file VA Medical Center (00S) 5000 W. National Ave. Milwaukee, WI 53295 E-mail to: Christopher.Kloiber@va.gov and Edward.Eisenhauer@va.gov Wet-chemical fire extinguishing system inspection and testing report (one report per system per phase) Portable fire extinguisher inspection, testing and maintenance report (one report per system per phase) Fire alarm system inspection and testing report (one report per system per phase) Within 14 days of completion of work phase. Catalog cut sheets, warranty information, installation date, date of manufacturer, serial number for any replacement components, along with detailed location of where component was installed. Within 7 days of completion of work phase.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7afca6e48304229b6f925b5be18cc82/view)
 
Place of Performance
Address: Clement J. Zablocki VA Medical Center;5000 W. National Avenue;Milwaukee, WI 53295-0001, USA
Zip Code: 53295-0001
Country: USA
 
Record
SN05545733-F 20200130/200128230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.