Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOURCES SOUGHT

J -- EKH - FIRE DETECTION AND FIRE SUPPRESSION SYSTEMS Inspection and Maintenace Service

Notice Date
6/26/2020 8:31:44 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0537
 
Response Due
7/10/2020 1:00:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Emilio Ballentos, Contract Specialist, Phone: 913-946-1981
 
E-Mail Address
emilio.ballentos@va.gov
(emilio.ballentos@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified businesses capable of providing the following: - Fire Detection and Fire Suppression System Inspection and Maintenance *** See Statement of Work below for details *** Feedback and concerns are welcome with your Sources Sought response due no later than July 10, 2020 at 4:00pm EST. If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email DUNS number Vendor must be AUTHORIZED to service Siemens System and provide the required certification as applicable to this requirement. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.11 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database prior to award of a contract. All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in VetBiz at www.vip.vetbiz.gov. Point of Contact for this Sources Sought is: Emilio.ballentos@va.gov (913) 946 - 1981 Department of Veterans Affairs Network Contracting Office -15 3450 S. 4th Street Trafficway Leavenworth, KS. 66048.  STATEMENT OF WORK/DESCRIPTION/SPECIFICATIONS FOR FIRE DETECTION AND FIRE SUPPRESSION SYSTEMS INSPECTION AND MAINTENANCE SERVICES DWIGHT D. EISENHOWER VA MEDICAL CENTER 4101 South 4th Street Leavenworth, KS 66048 A. GENERAL REQUIREMENTS 1. The Dwight D. Eisenhower VA Medical Center is protected by an existing fire detection alarm system, wet and dry sprinkler systems, standpipes, portable fire extinguishers, and special suppression systems. The building fire detection/alarm system is a Siemens system. The system includes the following building interfaces: (HVAC shutdown, elevator recall, smoke control, fire doors, etc.). 2. Contractor shall provide parts, labor, material, preventive maintenance services, testing and emergency call back for the fire alarm and sprinkler system to include fire alarm, kitchen hoods, specialty suppression systems, monthly/annual fire extinguisher inspections, monthly standpipe & sprinkler valve inspections, annual & 5 year fire hydrant tests, fire panel programming and related components at the Dwight D. Eisenhower VA Medical Center as indicated herein. Contractor will be responsible for providing automatic notification for the fire alarm systems in Buildings C and 122. All services shall be performed in accordance with all current applicable National Fire Protection Association (NFPA) codes, local codes, and manufacturer s recommended procedures. 3. Contractor shall be capable provide an individual(s) or subcontractors who are adequately trained and certified in Testing, Maintenance and Inspections and any necessary repairs to the major equipment manufacturer Siemens system. 4. The contractor shall deliver a written report that describes the test and inspection results and services performed. A list of system components is enclosed within this document. The report shall contain the following: a. System information (make, model, all device types). (1) Pass/Fail for each feature and type of component tested. If a device fails, note device type, address and location on the facility. (2) Any comments on system (or device) condition as it pertains to service life and dependability. (3) Customizing the inspection reports shall be at no cost to government. The reports shall be acceptable to the COTR and JCAHO Standards and contain device summary sheets on all tested components. 5. The contractor shall provide all transportation, shipping, labor, tools equipment and material to accomplish the following: a. All work to be completed between 7:00 a.m. and 4:00 p.m. Monday through Friday, except as requested or approved by the VA for special circumstances. b. Contractor must respond within four hours of receiving a call for emergency service. c. All tests and inspections are to be performed in accordance with the most recent edition of NFPA 101, 25, 72, 10, and 13 as applicable. d. Contractors need to have at least 5 years of experience in providing technical expertise in performing maintenance, testing and inspections on Fire Alarm & Sprinkler systems. e. No valves, gauges, or other parts will be replaced and charged to VA without prior approval from the Contracting Officer Representative (COR)/Occupational Safety and Health. f. No system will be left out of service at the end of a workday or over a weekend without permission of the Occupational Safety and Health Office. All systems must also be verified that they are reset prior to end of workday. g. Contractor will provide a fully completed written inspection form & electronic within 15 calendar days of the completing of inspection. h. Unlimited service calls shall be provided 24 hours a day, 7days a week, for repairs associated with normal equipment failures (provided during normal or after normal working hours Mon-Fri, times specified above, excluding holidays). This provision includes labor, travel, and mileage associated with equipment failures and as per contractual requirements. Emergency service will be provided within 4 hours of notification or per NFPA or contractual requirements as per times specified above. This provision covers all labor to troubleshoot and diagnose system problems. i. A key for most locked areas will be provided by the Safety Office. Those locked areas requiring VA assistance will require approximately one-half hour advance notice from the contractor to the Safety Office. j. Contractor must provide all tools, supplies, equipment and personnel to perform the work of this contract. Contractor is expected to work independently once oriented, with adequate personnel to accomplish all testing in an efficient manner. k. Contractor must possess and furnish written proof of a current NICET Certified or State Certified or other NFPA 72, NFPA 25, and NFPA 10 acceptable certification for personnel. Contractor shall also furnish information about qualifications, ability to perform the work, and references regarding related experience in health care facilities. Any NICET certifications must be on file with the VA Contracting Office. l. Contractor should assume the need for two hand-type two-way radios or touch-to-talk phones for communication between two contractor employees. m. Work is to be conducted in a manner which would present the least amount of disruption to the healthcare facility. Some inspections maybe required to be performed off normal hours. n. Warranty: upon completion and acceptance of all work, the contractor shall provide the VA Safety Office and/or Engineering service with the manufacturer s standard one year warranty on all parts and workmanship. o. In those cases where contractor is required to verify that alarms operate and transmit to VA main fire panel, the contractor may need to have a person at the building s fire alarm panel to confirm the signal. p. Work dates must be scheduled with the COR/Safety Office at least 48 hours in advance. q. If any services must be disconnected, even temporarily, due to scheduled contract work, the contractor will notify the COR at least 48 hours in advance. If the discontinued service is due to an emergency breakdown, the contractor will notify the COR as soon as possible. r. Buildings covered under this agreement include buildings A, B, C, 122, 42, 160, 66, 21, 54, 110, 33, 71, 28, 39, 41, 153, Cemetery Administration, and Cemetery Maintenance. s. Written and electronic reports shall be provided. Written reports shall be hand delivered to the COR / Safety Office and put into the contractor supplied binders or folders. t. Contractor shall report to the Safety Office, prior to starting and after Completion of the work. B. REQUIREMENT: The following services are needed at the Leavenworth VAMC 1. SIN 561 001 Fire Alarm System Preventive Maintenance and Repair Services in its entirety. 2. SIN 561 002 Water Based Fire Suppression System Preventive Maintenance and Repair Services in its entirety. a. Amendment to SIN 561 001 and 561 002: (1) NPFA 72 shall be 2013 edition (2) NFPA 25 Shall be 2014 edition (3) NFPA 10 Shall be 2013 edition (4) SIN 561 001 and 561 002 Full Inspection, Testing and Maintenance #5: The contractor shall repair at contractors expense water based fire suppression system and fire alarm problems costing less than $1,000.00 per device as part of normal maintenance. These repair cost under $1000.00 will be represented in the pricing submitted in the CLINS 0001AA and 0001AB in the base year of the agreement as well as the option years.  Prior to repair, for items exceeding $1000.00, the contractor will submit a proposal to the COR for approval. The proposal will detail a Statement of Work (SOW) to be completed and will reflect the contractors agreed upon initial responsibility of $1000.00. Any additional labor and equipment will be listed with itemized cost per the GSA Advantage 03 FAC, SINS 561-001 and 561-002 pricing. The portion of the repair in excess of $1,000.00 shall be ordered through CLIN 0001AC and associated CLIN S in the option years.  The pricing for all repairs will be submitted quarterly to the COR for review and audit to insure they adhere to the current GSA Pricing Model and shall follow the section titled; Repairs and Unscheduled Work. C. SPECIFIC REQUIREMENTS 1. Contractor shall perform inspections and maintenance in accordance with the most current editions of the following manuals: a. Manufacturer s maintenance manuals b. Manufacturer s recommendations. c. National Fire Protection Association Standards. (NFPA) d. National Electrical Code (NEC) e. National Fire Code f. Joint Commission requirements. (See below) 2. Smoke Detectors: a. All detectors shall be tested with a listed spray test smoke. b. All detectors shall be tested in all areas accessible to the contractor. c. Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc. 3. Heat Detectors: a. All restorable heat detectors shall be tested utilizing a heat gun (on low setting) or a hair dryer. b. Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.). c. Non-restorable heat detectors SHALL NOT be tested using a heat source. 4. Pull Stations: a. All pull stations shall be tested. b. Check for any physical damage c. Validation of all building interfaces shall be noted on test report (HVAC, Shut-down, elevator recall, etc.). 5. Sprinkler Water flow Devices: a. Check for any physical damage. b. The Contractor shall activate each flow switch utilizing the inspectors test c. Time delay of alarm activation shall not exceed 90 seconds 6. Sprinkler Main Drain Test: a. Check for any physical damage. b. Fully open each control valve and record the static and residual pressures 7. Tamper/Supervisory Devices: a. Check for any physical damage. b. Each system valve tamper device shall be tested by partially closing the valve to initiate a tamper trouble signal. Each supervisory device shall be partially closing to initiate a supervisory alarm. 8. Sprinkler Dry Valve: a. Check for any physical damage. b. Test pressure switch using the inspectors test located on valve. c. Verify the low air pressure switch setting and adjust if necessary d. Check, drain, and document all low points on dry sprinkler systems 8. System Checks: a. Verify receipt of fire signal to central station monitoring facility. b. Building Interfaces: HVAC shutdown, elevator recall, smoke evac, fire partition, door locks, etc. c. All strobes, horns and bells should operate properly, and be free from any visible tampering. d. Visually check batteries for leakage or damage and load test each quarter. e. Disconnect battery for supervision signal. f. Open dedicated electrical breaker for supervision signal. D. ADDITIONAL WORK HYDRANTS, STANDPIPES AND FIRE PUMPS SIN 561 002 The Contractor will provide all labor, tools, equipment, materials and supervision for the monthly standpipe & sprinkler valve visual inspection, annual hydrant flow test and 5 year GPM calculation for each hydrant and quarterly & annual flow tests on the fire pumps. Annual and 5 year test, inspection and maintenance of the fire hydrants per NFPA specifications are to be done during the month of August or as agreed to by VA. Locations of the hydrants are to be provided by the COTR/Safety Office. Contractor shall contact Safety, Engineering, and city water department before flow testing of any hydrants. 1. Monthly, Quarterly & Annual fire pump tests: SIN 561 002 a. Fire pumps shall be conducted monthly and quarterly no flow tests and annual flow tests conducted on all fire pumps. Fire Pumps are located in Buildings B and 122. b. Fire Pumps Info: 500 GPM, Electric c. The contractor will test each fire pump annually to determine flow rate, pump pressure, pump motor condition, current voltage and speed at peak load. All valves in suction line will be checked to assure that they are fully open. d. The inspector will record the date, total flow rate, test meter GPM, suction and discharge pressure, number and size of hose nozzles with corresponding psi and total GPM, pump motor current, voltage and speed, and sign for each fire pump. Performance curves will be documented showing pressure at 0%, 100%, and 150% flow rate of pump. e. This graph will be In accordance with NFPA 20-11.3. 2. Annual & 5 Year Fire Hydrant Flow Tests: SIN 561 002 Hydrant test will be performed as specified in most current NFPA 25 and NFPA 291. b. Contractor will provide all tools required including a water diverter funnel which is necessary for fire hydrant testing. c. VA will verify the Hydrant numbers and locations on first day of work. d. VA will not provide any employees to assist contractor s employees. e. The work must be completed during month as approved by Safety f. Conduct annual flows of all fire hydrants to check for proper operation and run until the water stream is clear. g. Calculate and record GPM flow for each hydrant every five years. E. FIRE ALARM SYSTEM 1. 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 the current edition of NFPA 72, National Fire Alarm Code. a. Testing Frequencies from the current edition of NFPA 72, Joint Commission & VHA requirements. b. Testing Methods from the current edition of NFPA 72 shall be used. 2. Maintenance, Inspection and Testing Records: Within 15 days after completing the inspection and testing, the Contractor will furnish a written record to the Fire Safety Specialist or Authority Having Jurisdiction that includes the following: a. Contractor s Inspection and Testing Form that includes all the information required by the current edition of NFPA code. b. Date of manufacture of fire alarm system(s) and whether parts are readily available. c. The record shall include any problems noted with the system, including inoperable or unsupervised devices or equipment, or devices that cannot be calibrated, tested, or 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 cost and a labor cost. d. The record shall be provided electronically (by email) (formatted in Microsoft Word or Excel) and two sets of the reports, one for the Joint Commission books and a copy for the facility. 3. Correcting Fire Alarm System Problems: The Contractor shall follow the requirements outlined in the Section titled Repairs and Unscheduled Work for correcting problems noted to the fire alarm system. Any repairs that can be made immediately shall be completed. 4. The Contractor shall contact the COR / Fire Safety Specialist for assistance in coordinating the Initial fire alarm inspection and test. 5. Notification: Before proceeding with any testing, the Contractor shall coordinate the notification of all persons and facilities that receive alarm, supervisory or trouble signals (e.g. Fire Safety Specialist, Boiler Plant, Telephone Operators, and Monitoring Company). The Contractor will coordinate with the COR / Fire Safety Specialist to ensure that all building occupants are notified. At the conclusion of testing, the Contractor shall notify those previously notified that the testing has been concluded. 6. After Hours: The Contractor may be required to perform some work, inspections, and tests outside the normal working hours of the building occupants. Any scheduled work that is disruptive to the tenants (testing audible devices, elevator capture, fan shutdown, etc.) shall be performed after the building occupant s normal working hours. The Contractor shall coordinate with the COR/Safety Office to coordinate after-hours access to the building. 7. 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 Medical Center. At its discretion, the Safety Office may have representatives present to witness any or all such tests. All costs associated with this damage shall be borne by the Contractor. 8. Safety Hazards: The Contractor shall immediately notify the COR or Safety Office of any recognized safety hazard that might severely affect the safety of the building occupants. 9. Annual Testing - The contractor shall provide labor, time, materials and equipment necessary to perform annual testing and inspection of: a. Each fire alarm system control panel, all input and all output devices, and load test on batteries. b. Test, inspection and operation to be performed on all manual fire alarms pull stations, smoke detectors (including elevator shafts), duct detectors, and heat detectors. Any initiating device that fails to operate properly will immediately be communicated to the COTR/Safety Office via email, phone call, or in person. c. Testing of Elevator Shunt Trip/Primary Recall/Secondary Recall d. Testing and inspection of all smoke and heat detectors. e. Inspection of all building alarm notification devices (audible devices, speakers, and visual devices) f. Inspection and testing of all electro-mechanical releasing devices. 10. Quarterly Testing - The contractor shall provide labor, time, materials and equipment necessary to perform quarterly testing and inspection of: a. Fire alarm equipment for notifying off-site responders b. Supervisory Signals c. Fire alarm panel battery load tests 11. Semi-Annual Testing - The contractor shall provide labor, time, materials and equipment necessary to perform quarterly testing and inspection of: Kitchen hood suppression systems. 12.  Special Testing - The contractor shall provide labor, time, materials and equipment necessary to perform all required NFPA 25 tests and inspections: All tests, inspections and associated documentation will adhere to the most current edition of NFPA 25.  Tests/Inspection to include: Fire Damper and Smoke Damper In conducting the Fire and Smoke Damper Inspection, if any dampers are no longer required, the contractor shall remove the dampers.  The Contractor shall document the system equipment removal in the inspection report provided to the COR.  13. Repairs: The Contractor shall repair, at the Contractor s expense, fire alarm system or sprinkler device problems up to $1000.00 per device. This includes programming to assure that all panels are reporting the proper data, all control panel components including batteries, alarm initiation devices, notification devices, control devices, sprinkler tamper devices, sprinkler flow alarm devices, low pressure alarms, and communication problems between buildings. Not included under this contract is the fiber system between buildings, sprinkler piping & heads, and fire hydrant repairs or replacement. The contractor shall be responsible for up to an additional $25,000 in parts and labor per contract year period for any repairs, modifications, or replacement on any fire sprinkler, fire alarm, hood systems, special chemical systems or fire extinguishers that are not covered by the contract. For repair parts cost totaling more than $25,000 per contract year period the Contractor shall follow the section titled; Repairs and Unscheduled Work. F. FIRE SPRINKLER SYSTEM 1. General Requirements: a. Contractor will test and inspect entire Fire Sprinkler System per NFPA requirements. b. Services consist of but are not limited to, the performance of monthly, quarterly, and annual inspections and testing of all mechanical devices including valves, wet and dry sprinklers, anti-freeze loops, couplings, piping and connections, water motor gongs and alerting devices, tamper switches, post indicator valves, pressure switches, water flow switches, standpipes, backflow preventers, fire department connections, fire pumps and test headers, and fire hydrant flow testing. c. This Service Agreement also includes 24/7 service call response to troubleshoot and diagnose fire sprinkler issues: Water Flow Devices, Low Pressure Switches, System Tamper Devices, Post Indicator Valve Devices, Fire Pumps, Fire Hydrants and Wall Post Indicator Valve Devices. d. The Contractor shall repair, at the Contractor s expense or sprinkler equipment and devices up to $1000.00 per device. Not included under this contract is the fiber system between Buildings, sprinkler system piping & sprinkler heads, and fire hydrant repairs or replacement. 2. Five Year Testing: a. Contractor will provide labor, time, materials and equipment necessary for fire hydrant testing. b. Contractor will provide labor, time, materials and equipment necessary to conduct the 5-year standpipe flow test by most current NFPA 25 code. c. Contractor will provide labor, time, materials and equipment necessary to conduct the 5-year Internal Pipe Inspection test by most current NFPA 25 code. 3. Annual Sprinkler Testing - Contractor shall provide labor, time, materials and equipment to perform inspection of: a. A complete walk through of all sprinklered buildings to access sprinkler system operation and coverage. b. All system riser main drains, tamper devices, supervisory devices, and anti-freeze loops. c. Perform testing and maintenance on all fire pumps & jockey pumps. d. Test all specialty suppression systems (Universal Waste Building) e. Shall be conducted in May of each year. 4. Semi-Annual Testing - Contractor shall provide labor, time, materials and equipment to perform the semi-annual inspection of wet system sprinkler systems: a. Fire sprinkler system main drain and water flow devices. Performance and documentation is to be in accordance with the most recent edition of the applicable National Fire Protection Association Standards 25 and 72. b. Shall be conducted in April of each year. 5. Quarterly Testing - Contractor to provide labor, time, materials and equipment to perform inspection and preventive maintenance of: a. Fire department connections (FDC s) b. Inspect and run no flow test on all fire pumps and jockey pumps. 6. Monthly Inspection Contractor to provide labor, time, materials and equipment to perform inspection and preventative maintenance of: a. Sprinkler System - Visual inspection Control Valves/Gauges Standpipe System Visual inspection c. Inspect and run no flow test on all fire pumps and jockey pumps. SPRINKLER TESTING SIN 561 002 a. Contractor shall provide parts, labor, material, preventive maintenance services, testing and emergency call back for the fire alarm and sprinkler system to include fire alarm, kitchen hoods, specialty suppression systems, monthly/annual fire extinguisher inspections, monthly standpipe & sprinkler valve inspections, annual & 5 year fire hydrant tests, fire panel programming and related components at the Dwight D. Eisenhower VA Medical Center as indicated herein. b. Contractor will be responsible for providing automatic notification for the fire alarm systems in Buildings C and 122. All services shall be performed in accordance with all current applicable National Fire Protection Association (NFPA) codes, local codes, and manufacturer s recommended procedures. c. Provide emergency call back necessary to maintain and perform testing and inspection of the wet/dry sprinkler systems and anti-freeze suppression systems at the proper frequency for all buildings at the medical center to meet or exceed the latest editions of NFPA Code 72, National Fire Alarm Code and NFPA 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems. The contractor shall generally follow the same initial inspection and testing requirements as indicated in the Fire Alarm System section above. d. Contractors need to have at least 5 years of experience in providing technical expertise in performing maintenance, testing and inspections on Fire Alarm & Sprinkler systems Sprinkler Main Drain Test: 1. Check for any physical damage. 2. Fully open each control valve and record the static and residual pressures Tamper/Supervisory Devices: 1. Check for any physical damage. 2. Each system valve tamper device shall be tested by partially closing the valve to initiate a tamper trouble signal. Each supervisory device shall be partially losing to initiate a Supervisory alarm. Sprinkler Dry Valve: 1. Check for any physical damage. 2. Test pressure switch using the inspectors test located on valve. 3. Verify the low air pressure switch setting and adjust if necessary 4. Check, drain, and document all low points on dry sprinkler systems System Checks: 1. Verify receipt of fire signal to central station monitoring facility. 2. Building Interfaces: HVAC shutdown, elevator recall, smoke evac, fire partition, door locks, etc. 3. All strobes, horns and bells should operate properly, and be free from any visible tampering. 4. Visually check batteries for leakage or damage and load test each quarter. 5. Disconnect battery for supervision signal. 6. Open dedicated electrical breaker for supervision signal. Wet System Specifications: a. Test of water flow alarms. All water flow alarm devices will be tested by the use of the inspectors test valve. b. Test of electric supervisory alarms: Test all supervisory alarm switches on supply valves, by closing all supervised valves and reopening the valves, verify that all local alarms operate, verify that all alarms transmit to the FACP. c. Inspect and service all fire department connections: On all fire department pumper connections, Siamese, etc. Remove caps; replace any missing/damaged caps. Lube treads. d. Inspect and service all main supply valves: Operate full close and reopen all P.I.V and OS&Y. valves on each system. e. Inspection and flushing of main drain: Operate the main drain on each system to dislodge and flush any debris in main riser between supply main and cross mains. f. Re-seal all valves in open position with wire seal where now sealed, re-lock all chains and padlocks where locked. Contractor furnishes wire seals. g. Test of water flow alarms: Water flow alarm switches will be tested by running water through inspectors test valves. Record elapsed time (switch retard) for switch activation-alarm initiation-local alarm, to determine if retard setting meeting VA standards. (90 seconds from water flow to alarm signal activation). Verify that alarm signals transmit to FACP. h. Test of supervisory alarms: Test of supervisory alarm on Main PIV Supply to Building (One PIV) Assure that supervisory alarm transmits to FACP. i. Inspect and service all fire department connections: All fire department (Siamese) pump connections shall be test quarterly to include removing caps, visual inspection of interior, assure that swivels rotate freely & lubricate as needed, and repair or replace any missing caps. j. Inspect and service main supply valves: Tests operation for close and reopen all O.S.Y. main riser valves. Lubricate all threads and bearings, to assure normal operation. Re-seal with wire seals if sealed. Replace valve stem packing if leakage is evident. k. Test run fire pumps in buildings B and 122 as specified in NFPA annual performance test for fire pumps. Record pilot reading, calculate and record GPM flow. As referenced in the most recent addition of NFPA 25. Test fire pumps monthly and quarterly for at least 10 minutes under no flow conditions. Dry System Specifications: a. Trip test of main dry pipe valves. Trip test each main system riser dry valve by opening inspector s test valve to simulate sprinkler flow. NOTE: The time (seconds) required from inspection valve open to trip (clapper valve open) and water flow at inspection test valve. b. Water supply valves function tests. Manually operate, fully close and reopen all OS&Y. main valves and PIV s to assure easy normal operation. Lubricate stems as necessary, turn to full closure and re-open of each valve. d. Test all electric supervisory alarm switches on supply valves: Concurrent with item 4, assure that all supervisory alarm switches are operating and transmitting to fire alarm system in boiler plant/telephone operators indicating valve closed and valve open. e. Inspect and repair all fire department connections to include inspecting all fire department connections, replace any missing caps, gaskets, etc. and lube all cap threads lube to prevent rust or seizure. f. Test all water flow alarm switches and alarm circuits: Test the function of all water flow alarm switches to assure they transmit water-flow alarm to building FACPs. g. Re-seal all valves in open position with wire/lead seal where sealed with wire. Re-secure all valves locked with chain/padlock with chain/padlock only. Contractor furnishes wire seals. h. Test all low-pressure alarms: Test to determine if air loss switches functions any building alarm local device and if building fire alarm interface transmits low air alarm signal to FACP. i. Dry pipe system low points are to be drained upon completion of the trip tests and drained monthly during the monthly visual checks. Documentation is required. NOTE: Record delay time on each test reports. FIRE EXTINGUISHERS: a. Contractor shall furnish all labor, material, tools, and equipment necessary for conducting annual & monthly inspections of fire extinguishers. There is an ESTIMATED 300 extinguishers throughout the campus. b. The inspections are to be conducted in accordance with the most current edition of NFPA 10. In addition to documenting the completion of the visual check on mutually agreed upon tags (VA or contractor furnished) provided on each extinguisher, a physical check mark ( initials and date) is to be made on the monthly inventory beside each fire extinguisher receiving the visual inspection verifying that each extinguisher has been visually inspected. c. The annual maintenance is to be conducted by an approved NFPA 10 certified technician in accordance with the most current edition of NFPA 10. d. The annual maintenance is to include a dusting/cleaning/wipe down of each unit and re-installation of tamper seals and facility provided tags dated with the current year and properly filled out. e. All work will be completed between the hours of 8:00 AM and 4:00 PM, Monday through Friday, or at a mutually agreed time as requested by the Safety Office for special circumstances. Inspections shall be completed each month by the 15th of the month and docume...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea8b6f4e956f44198099609d6cfad1e6/view)
 
Place of Performance
Address: Department of Veterans Affairs Dwight D. Eisenhower VA Medical Center 4101 South 4th Street, Leavenworth, KS 66048, USA
Zip Code: 66048
Country: USA
 
Record
SN05705144-F 20200628/200626230152 (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.