SOLICITATION NOTICE
42 -- FIRE ALARM
- Notice Date
- 7/15/2020 10:36:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- SER NORTH MABO (53000) GATLINBURG TN 37738 USA
- ZIP Code
- 37738
- Solicitation Number
- 140P5320Q0037
- Response Due
- 8/5/2020 12:00:00 AM
- Archive Date
- 08/20/2020
- Point of Contact
- Leady, William
- E-Mail Address
-
William_Leady@nps.gov
(William_Leady@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: Posted Date: 7/15/2020 Original Response Date: 8/14/2020 Current Response Date: 8/14/2020 Product or Service Code: 4210 Set Aside: Total Small Business NAICS Code: 238220 Contracting Office Address Interior Region 2 South Atlantic Gulf DESCRIPTION A. Project: Fire/Intrusion Alarm, Water Based Fire Sprinkler Protection Systems Inspection Contract B. Provide annual NFPA inspection, and testing of 12 dry systems, 4 wet systems, 3 pre action, 1 deluge, 17 back flow preventers, and 1 RPZ which are monitored for fire protection. Inspect and test six RPZ for buildings domestic water supply at five locations Provide annual NFPA inspection and testing for 6 buildings with no sprinkler protection system installed but has fire/intrusions alarm panels that are monitored. The locations are park wide with locations in Manteo NC, Nags Head NC, Kill Devil Hills NC, Buxton NC, Hatteras NC, and Ocracoke NC. 1.01 LOCATION A. Indicate locations. See attached sheet with building name and locations. For information, and directions call Frank Hester (252) 216 7828. 1.02 REFERENCES A. Fire Protection: National Fire Protection Association (NFPA), Current (most recent) edition 1. NFPA 25 � Water based fire protection systems 2. NFPA 72 - National Fire Alarm Code Scope of Work: Automatic Sprinkler System 1.0 GENERAL A. Perform complete code compliant Inspection and Testing on the automatic sprinkler system(s) in the18 buildings. The ITM on the sprinkler system shall be performed based on current National Fire Protection Association (NFPA) 25 and manufacturer requirements. Provide all tools, supplies, equipment, to perform the testing and inspections. B. National Park Service Southeast Regional Structural Fire Manager is the AHJ for the fire protection at this Park. C. Liability: The contractor will be responsible for repairing any damage to the building or contents in the building if the government determines that the damage is a result of poor ITM procedures during the performance of this contract. D. All automatic sprinkler system tests and inspections performed under this contract shall comply with the NFPA 25 including all appendix chapters. E. The Contractor shall leave areas where they perform work neat, clean, and orderly. Spills, dust, debris, material, packaging, etc., caused as a result of the contractor shall be cleaned up or removed by the contractor to the satisfaction of the COR. F. If the inspector encounters equipment that is in a condition that may endanger life or property, the inspector shall immediately notify the CO, COR, and Authority Having Jurisdiction, of the condition requiring immediate action. Within 24 hours the inspector shall provide a written report to the CO, COR, and Authority Having Jurisdiction of the hazardous condition and recommended corrective action. G. Certifications and Qualifications 1. The Contractor shall always have available a enough capable and qualified employees to enable the contractor to properly, adequately, and safely perform all work required under the terms of this contract. 2. Automatic Sprinkler System technicians performing contract work shall hold at least a NICET Level 2 (Associate Engineering Technician) in Fire Protection Engineering Technology Inspection and Testing of Water Based Systems. Additionally, the Technician must have experience in the past five years in fire sprinkler system testing, repair, maintenance, installation, and related activities of buildings and equipment comparable to the buildings and equipment covered by this contract. 3. Contractor and subcontractor personnel engaged in the activities specified by this contract shall be required to possess certificates of training, licenses, and permits as required by the state, county, parish, city, and other local jurisdictions when the alarm system is installed in a facility covered by such state, county, parish, city, and other local jurisdictions. 4. The Contractor shall provide to the CO, COR, and Authority Having Jurisdiction documentation of the certificates of training, licenses, and permits for all new employees not later than seven (7) days prior to that person beginning work under the terms of this contract. The Contractor shall insure that all certificates of training, licenses, permits, and bonds are current and valid. All offers must include documentation and proof of the above certifications and qualifications for each employee. 2.0 SCOPE A. The system(s) shall be inspected and tested per current NFPA 25. B. All visits will be made under the direction of the Park Structural Fire Coordinator, or a park designated employee. Scheduling arrangements must be provided at least 1 week in advance. The inspection period normal takes 5 working days to complete. C. No deviations from this SOW shall be made without written authorization from the AHJ. All recommendations are encouraged to be discussed with the Park representatives. D. 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. COR, facility manager, central station, Fire Department). The Contractor will coordinate with the COTR 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. E. The Contractor is responsible for the fire alarm operation and restoration during the performance of the tests specified in this SOW. F. The Contractor shall ensure that the sprinkler system is always maintained operable except while being tested. It is essential that the contractor carefully schedule with the Building Manager all non-emergency shutdowns of the sprinkler system and that back up fire protection be provided by the contractor any time that the sprinkler system is out of service. In addition, regardless of the duration of the shutdown, the affected portion of the system shall be tested to ensure that the protection has been restored. G. The contractor shall coordinate with the building manager to decide when testing and inspections can be performed. Testing and inspections can be performed during normal business hours when it does not interfere with building operations. When testing and inspections will interfere with building operations; it shall be performed after normal business hours. 3.0 PERFORMANCE A. The service of the fire sprinkler systems will include the points listed below and shall follow NFPA 25 Table 5.1 Summary of Sprinkler System Inspection and Testing. B. As a minimum, Work conducted at annual inspection shall include, but not restricted to: (1) Visual inspection of the general occupancy conditions, environment, and operations related to fire protection. (2) Check for any changes in occupancy status that may affect the performance or reliability of the fire suppression systems. (3) Inspect general storage and stock arrangements in relation to fire sprinkler system effectiveness. (4) Inspect all sprinkler valves for proper position, general condition, accessibility and protection. Test control valves as required to insure satisfactory operation. (5) Inspect control valves. Seal and tag all control valves and clean and lubricate control valve components as required. (6) Inspect priming levels and air pressure on all dry pipe valves. Check and adjust as necessary. (7) Drain and blow out all dry system low points equipped with valve arrangements. (8) Inspect all accelerators and accessories to determine if they are in satisfactory condition. (9) Inspect sprinkler control valve identification signs and security arrangements. (10) Check condition of drain valves, check valve, gauges and related components. (11) Instruct the Park representative on the proper operation, care and maintenance of the fire protection equipment and system as required. (12) Inspect and test 17 back flow preventers and 1 RPZ, (13) Document pass or fail results for each back flow/RPZ (14) Inspect and test six RPZ for building domestic water supply at five locations. (15) Document pass or fail results for each RPZ for each of the six domestic water supply lines. (16) Compile a complete report of the inspection and explain any deficiencies and recommend corrective action to be taken according to recognized care and maintenance standards for each of the six domestic water supply lines. C. As a minimum, work conducted at alarm flow test conducted annual inspections: (1) Inspect and test operation of alarm valves, flow indicators, retard chambers, and accessories for proper operation. (2) Inspect and test all alarm system components for satisfactory condition. Clean and lubricate necessary. D. Work conducted at trip and water flow test conducted once a year as part of the inspection. E. Operations and maintenance manuals, as-built installation drawings, and other system documentation shall be provided by the park to assist in the proper care of the system and its components. (1) Inspect and determine if all portions of the fire sprinkler systems are in service and in satisfactory condition. (2) Inspect all changes or modifications to fire suppression systems ensuring the modifications meet current code requirements. (3) Check the general condition of sprinkler heads. Visually check the heads for any obstructions or coatings that may hinder satisfactory activation and that there is adequate clearance around the heads to allow proper water distribution. (4) Check the general condition of the sprinkler system piping, hangers and related equipment. (5) Inspect fire department connection couplings, caps, threads, clappers, check valves and drain. Lubricate as required. (6) Check the reserve supply of sprinkler heads for proper assortment. (7) Ensure proper fire alarm signaling (supervisory and alarm conditions) (8) Conduct a trip test of all dry valves as described below: - Note location, device number, system and area controlled. - Check for normal air and water pressure prior to test. - Flow tests each system prior to trip to remove obstructive materials from supply piping. - Fully trip and flood each system by utilizing proper test connections. - Check trip point pressures and times to determine satisfactory results. - Check and document the time to flood system and discharge water from proper test outlets. - Inspect the performance of each valve. - Inspect the valve interior, moving parts, rubber facings, seats and other related components. - Clean and reset dry valve, replacing necessary gaskets as required. - Check alarm activation at trip test point. - Drain and dry all low points. - Restore the system back in service. - Check and determine satisfactory operation of accelerators. - Clean, reset and return accelerators to service. - Record the time necessary to re-pressurize the system with air and report any RELATED DEFICIENCIES. 4.0 INSPECTION AND TESTS A. After ITM has been performed on the 20 sprinkler systems and 18 buildings with fire/security alarm panels, the Contractor shall provide for each location: 1. Written certification the equipment has been inspected and tested by a NICET II, Inspection and Testing of Water Based Systems. 2. Written certification the equipment is in proper working order. 3. Completed Record of Inspection and Testing form(s) as outlined in NFPA 25 B. Compile a complete report of the inspection and explain any deficiencies and recommend corrective action to be taken according to recognized care and maintenance standards. Deficiencies shall be noted and accompanied with code citation from NFPA 25. C. One set of hard-copy documents and one electronic copy, for each type of system, will be required at contract completion. D. Document report of site inspections using standard company forms for condition assessment. The report will be used for immediate repairs and future system planning replacement. Scope of Work: Fire Alarm system panels 6.0 GENERAL A. The Statement of Work (SOW) requires the contractor to perform complete code compliant Inspection and Testing on the automatic fire alarm system(s) and intrusion systems in the 24 buildings for 20 sprinkler systems with fire alarm panels and 6 buildings with fire/security alarm panels and no sprinkler protection. The ITM on the fire alarm system shall be performed based on current National Fire Protection Association (NFPA) 72 and manufacturer requirements. The intrusion system shall follow the same testing requirements as the fire alarm requirements. B. In accordance with this SOW and the Task Order, the Contractor shall provide all required site-specific information in the execution of the contract. C. National Park Service Southeast Regional Structural Fire Manager is the AHJ for the fire protection at this Park. D. Liability: The contractor will be responsible for any damages to the building or content if the damage is the result of poor maintenance, or inspection during the performance of this contract. E. The contractor shall provide all tools and supplies necessary to properly perform inspections and tests in accordance with NFPA 72. F. All Fire Alarm Systems tests and inspections performed under this contract shall comply with the most current edition of the NFPA 72 National Fire Alarm Code including all appendix chapters. G. Housekeeping. The Contractor shall leave areas where he performs work neat, clean and orderly. H. Certifications and Qualifications: 1. The Contractor shall always have available a sufficient number of capable and qualified employees to enable the contractor to properly, adequately, and safely perform all work required under the terms of this contract. 2. Fire Alarm Systems technicians performing contract work shall meet NFPA 72�s qualifications and hold at least a NICET Level 2 (Associate Engineering Technician) in Fire Protection Engineering Technology, Fire Alarm Systems. Additionally, the Technician must have experience in the past five years in fire alarm system testing, repair, maintenance, installation, and related activities of buildings and equipment comparable to the buildings and equipment covered by this contract. 3. Technicians modifying the fire alarm control panel of systems shall be factory trained and currently certified for the operating system, including software version, of the fire alarm system, and shall provide documentation of this certification per NFPA 72. 4. Contractor and subcontractor personnel engaged in the activities specified by this contract shall be also required to possess certificates of training, licenses, and permits as required by the state, county, parish, city, and other local jurisdictions when the alarm system is installed in a facility covered by such state, county, parish, city, and other local jurisdictions. 5. The Contractor shall provide to the Ordering Official and Authority Having Jurisdiction documentation of the certificates of training, licenses, and permits for all new employees not later than seven (7) days prior to that person beginning work under the terms of this contract. 6. The Contractor shall insure that all certificates of training, licenses, permits, and bonds are current and valid. All offers must include documentation and proof of the above certifications and qualifications for each employee. 7.0 SCOPE A. Services includes the performance inspection and testing of a variety of intrusion, fire alarm and notification systems, equipment and components such as manual alarm devices, smoke and heat detectors, remote and graphic annunciators, main fire alarm panel and components, voice alarm system, speakers and horns and other audible and visual devices, wiring circuits and junctions, all other alarm, detection and control and ancillary devices, and emergency power operations. The system(s) shall be inspected and tested per current NFPA 72 (current edition). B. The Contractor shall ensure that the fire alarm system is always maintained operable except while being tested. It is essential that the contractor carefully schedule with the Building Manager all non-emergency shutdowns of the fire alarm system and that back up protection be provided by the contractor (arrangement of additional personnel stationed at the fire alarm system control panel) any time that the fire alarm system is out of service. In addition, regardless of the duration of the shutdown, the affected portion of the system shall be tested to ensure that the protection has been restored. C. All visits will be made under the direction of the Park Structural Fire Coordinator, or a park designated employee. Scheduling arrangements must be provided at least 1 week in advance. D. No deviations from this SOW shall be made without written authorization from the AHJ. All recommendations are encouraged to be discussed with the Park representatives. E. 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. COTR, facility manager, central station, Fire Department). The Contractor will coordinate with the COTR 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. F. The contractor shall coordinate with the building manager to decide when testing and inspections can be performed. Testing to be performed during normal business hours when it does not interfere with building operations. When testing interferes with building operations; it shall be performed after normal business hours. G. 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 COTR for coordination of after-hours access to the building. H. If the inspector encounters equipment that is in a condition that may endanger life or property, the inspector shall immediately notify the Ordering Official and Authority Having Jurisdiction, of the condition requiring immediate action. Within 24 hours the inspector shall provide a written report to the Ordering Official and Authority Having Jurisdiction of the hazardous condition and recommended corrective action. The Contractor is responsible for the fire alarm operation and restoration during the performance of the tests specified in this SOW. I. Fire Alarm inspection reports shall be submitted to the requesting Park on the �suggested form�, as found in NFPA 72 8.0 PERFORMANCE A. The Contractor shall perform a full initial inspection and test of each device on the fire alarm system in accordance with NFPA 72, National Fire Alarm Code. 1. Testing Frequencies from NFPA 72 shall be used. 2. Testing Methods from NFPA 72 shall be used. 9.0 INSPECTION AND TESTS A. Inspection and Testing Records: Within 14 days after completing the inspection and testing, the Contractor will furnish a written record to the COTR that includes the following: 3. Contractor�s Inspection and Testing Form that includes all the information required by NFPA 72. 4. Date of manufacture of fire alarm system(s) and whether parts are readily available. 5. 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. 6. A complete system inventory including the intrusion and fire alarm manufacture, number of notification and initiation devices (fire and intrusion) including device type is required. 7. The record shall be provided electronically (by email) if required by the COTR (formatted in Microsoft Word or Excel). B. Compile a complete report of the inspection and explain any deficiencies and recommend corrective action to be taken according to recognized care and maintenance standards. NOTE- any discrepancies found during annual test shall be noted AND accompanied by appropriate code section from NFPA 72 and/or manufacturer�s requirements. C. One set of hard-copy documents and one electronic copy, for each type of system, will be required at contract completion. D. Document report of site inspections using standard company forms for condition assessment. The report will be used for immediate repairs and future system planning replacement. 13. Department of Labor Wage Determination- In the performance of this contract the Contractor shall comply with the requirements of U.S. Department of Labor Wage Determination Numbers WD # 2015-4408 DARE&Hyde County which is located online via https://beta.sam.gov/ Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, �Instructions to Offerors�Commercial Items� 2. FAR 52.212-2, �Evaluation � Commercial Items� 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� The following contract clauses apply to this acquisition: � FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� � FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� The following subparagraphs of FAR 52.212-5 are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34. Attachment includes a full list of clauses applicable to this solicitation. All quoters shall submit the following: Price quote and specifications. Price shall be broken out for the base and each option year (4) and a total for base and option years. All quotations, shall be emailed to William_leady@nps.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order 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."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Quoter shall provide lump sum pricing for base and each option year (4). In addition, provide a total for base and option years. Submission shall be received not later than August 14,2020 at 5:00 pm ET. All submissions shall be emailed to William_leady@nps.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 the William Leady via email at William_leady@nps.gov. Point of Contact William Leady via email at William_leady@nps.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/70e0f89c183c489d9d492c8127f6644f/view)
- Place of Performance
- Address: Cape Hatteras National Seashore
- Record
- SN05722179-F 20200717/200715230150 (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 |