Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2022 SAM #7659
SOURCES SOUGHT

J -- NFPA 90A Compliant Fire Damper Inspection and Testing - Albany Stratton VA Medical Center

Notice Date
11/17/2022 12:10:20 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q0100
 
Response Due
11/23/2022 9:00:00 AM
 
Archive Date
01/22/2023
 
Point of Contact
RUSSIN, LEVI, CONTRACT SPECIALIST, Phone: (518) 626-6757
 
E-Mail Address
Levi.Russin@va.gov
(Levi.Russin@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, New York for the purpose of collecting information about NFPA 90A Compliant Fire Damper Testing and Inspection Services at Albany Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. The VA is seeking to provide for this requirement as of December 15, 2022, to establish a new service. The NAICS code identified for this requirement is 561621: Security Systems Services (except Locksmiths). The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing this service, are encouraged to email a capability statement and full information to Levi Russin at Levi.Russin@va.gov by Wednesday, 11/23/2022 12:00 PM ET. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources: Set aside requirements have limitations on subcontracting. This service is located in Albany, New York. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work? If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company? How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity? How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years? How many certified/licensed technicians does your company currently employ? - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response. 852.219-77  VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _______________________________ _________________________________________________________ (End of clause) STATEMENT OF WORK NFPA 90A Compliant Fire Damper Test and Inspection Introduction Stratton VAMC s mission is to provide world class healthcare for veterans in the capital region and upstate New York. Background /Objective The Stratton VAMC, 113 Holland Ave Albany, NY 12208 is currently seeking a qualified contractor to test and inspect all fire dampers at the Albany VAMC as per spreadsheet in Attachment A. Place of Performance Various locations, inside and outside of buildings 1, 2, 3, 26, 27, 54, & 67 of the Stratton VAMC. Period of Performance Period of Performance is one year from date of award with no provision for option years. Work must be performed Monday- Friday, 7 AM- 4 PM, with the exception of the ORs on the 2nd floor which require testing after 5 PM or when all scheduled activities have ceased for the day. Scope of Work Test and inspect all fire dampers at the Albany VAMC per NFPA 90A. Contractor must furnish all parts and labor to test all fire dampers using owner provided drawings for locating fire dampers as per NFPA 90A 5.4.5.4.1 Fire dampers must be tested for closure in accordance with UL 555S, standard for safety fire dampers. Contractor must ensure all fire dampers close correctly, do not bind and close freely. Contractor must lubricate fire dampers as needed to ensure fire dampers are fully functional Contractor must remove and reset fusible links to verify such fire damper fully closes and if necessary replace any fusible links that are compromised per NFPA. Contractor must ensure fire damper fusible links are of the correct temperature rating and replace as needed Contractor must test with normal air flow unless otherwise directed. Delivery Schedule or Deliverables At the conclusion of the inspection the contractor must provide evidence of damper inspection for submission to include the following: A listing of the location of each damper, such as damper number, and whether such damper passed and or failed Digital photographs of each damper before and after performance of the inspection (showing each damper opened and where operable, closed) The name and signature of the technician that performed the test and inspection as well as the date of the service. A complete list completed by the technician that all test functions were completed. If the fire damper fails inspection and test, contractor must provide a detailed list with cost estimate needed for repair to bring the fire damper into a full readiness condition. Drawings, and Other Attachments Attachment 1 contains a list of all fire dampers including location. Special Instructions - If the only access point is longer than an arm s reach away from the damper, perform a visual inspection to the limit allowable. Look at the frame for signs of twisting or kinking. Look for rust or buildup of any kind that may keep the damper from closing. Look for the obvious, such as wire or conduit running thru the damper. Record your observations and have them available for review to the project COR. If the damper is inaccessible, the damper must still be located, mapped on drawing and labeled at its physical location and included in the report. Noncompliance - The Contracting Officer or his/her designee must notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, must be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer must be considered inclusive. ITEM # FLOOR LOCATION/DAMPER#   ITEM # FLOOR ATTACHMENT A--- PG. 1 LOCATION/DAMPER# 1 SB S6 FD -006   126 8 8A-4 2 SB S7 FD-007   127 8 8A-5 3 SB S10 FD-10   128 8 8A-6 4 SB S12 FD-005   129 8 8A-7 5 SB S16 FD-001   130 8 8D-1 6 SB S17 FD-002 FD-003   131 8 8D-2 7 SB S18   132 8 8D-3 8 SB S18-2   133 8 8D-4 9 bsmt warehouse tunnel exh grille   134 8 8D-5 10 bsmt fdmpr by stwell 3   135 8 8D-6 11 1 Core B by the coffee shop FD-004   136 8 8D-7 12 1 Core by stwy 9 FD-007   137 8 8D-8 13 1 Core by A 101 FD-005   138 9 9D-1 14 1 D242 for 1D suppy   139 9 9D-2 15 1 D242 for 1D return   140 9 9D-3 16   Lobby AHU Supply   141 9 9D-4 17   Lobby AHU OA   142 9 9D-5 18   Lobby AHU Return   143 9 9D-6 19   Dental AHU 4 Return   144 9 9D-7 20   Dental AHU 4 Return   145 9 9D-8 21   Dental AHU 4 Return   146 9 9Core-2 22 1 B121A SHAFT   147 9 9CORE-3 23 1 C 233 OR ahu FD-001   148 9 9CORE-4 24 1 C 233 OR ahu FD-002   149 9 9CORE-5 25 2 C 233 OR ahu FD-003   150 9 9Core-6 26 2 C 217 OR ahu FD-004   151 9 9CORE-7 27 2 C 217 OR ahu FD-005   152 9 9CORE-8 28 2 C 217 OR ahu FD-006   153 9 9CORE-9 29 2 C 217 OR ahu FD-007   154 9 9CORE-10 30 2 C 216 OR ahu FD-008   155 9 9A-1 31 2 C 216 OR ahu FD-009   156 9 9A-2 32 2 D241   157 9 9A-3 33 2 D242   158 9 9A-4 34 2 208   159 9 9A-5 35 2 208   160 9 9A-6 36 3 CORE A 301   161 9 9A-8 37 3 CORE D BY ST 10   162 9 9C-1 38 3 CORE D BY ST 10   163 9 9C-2 39 3 Core C Auditorium Supply   164 9 9C-3 40 3 Core C Auditorium Supply   165 9 9C-4 (C915) 41 3 Core C Auditorium Return   166 9 9C-5 (C915) ITEM # FLOOR LOCATION/DAMPER#   ITEM # FLOOR LOCATION/DAMPER# 42 3 Core C Auditorium Return   167 9 ATTACHMENT A--- PG. 2 9C-6 (C913) 43 3 Core C Auditorium Supply   168 9 9C-7 45 3 Core C Auditorium Return   169 9 9C-8 46 3 CORE C BY 303   170 9 9B-1 47 3 CORE C BY 303   171 9 9B-2 48 3 Core B Angio AHU supply   172 9 9B-3 49 3 Core B Angio AHU return   173 9 9B-4 50 3 CORE B BY 302   174 9 9B-5 51 3 CORE B BY 300   175 9 9B-6 52 4 CORE A IN 435   176 9 9B-7 53 4 Core D near Stwy # 10   177 9 9B-8 54 5 CORE B BY 511   178 10 10 CORE-3 55 5 CORE B BY 510   179 10 10 CORE-6 56 6 CORE B BY ST 4   180 10 10 CORE-8 57 6 CORE C BY 603   181 10 10 CORE-9 58 6 6A LAB   182 10 10 CORE-10 59 7 7 CORE -3   183 10 10 CORE-11 60 7 7 CORE-4   184 10 10 CORE-12 61 7 7 CORE-5   185 10 10A-1 62 7 7 CORE-6   186 10 10A-2 63 7 7 CORE-7   187 10 10A-3 64 7 7 CORE-8   188 10 10A-4 (A1007) 65 7 7 CORE-9   189 10 10A-5 66 7 7 CORE-10   190 10 10A-6 67 7 7A-1   191 10 10A-7 68 7 7A-2   192 10 10A-8 69 7 7A-3   193 10 10B-1 70 7 7A-4   194 10 10B-2 71 7 7A-5   195 10 10B-3 72 7 7A-7   196 10 10B-4 73 7 7D-1   197 10 10B-5 74 7 7D-2   198 10 10B-6 75 7 7D-3   199 10 10B-9 76 7 7D-4   200 10 10B-10 77 7 7D-5   201 10 10C-1 78 7 7D-6   202 10 10C-2 79 7 7D-7   203 10 10C-3 80 7 7D-9   204 10 10C-4 81 7 7D-10   205 10 10C-5 82 7 7C-1   206 10 10C-6 83 7 7C-2   207 10 10C-7 84 7 7C-3   208 10 10C-9 ITEM # FLOOR LOCATION/DAMPER#   ITEM # FLOOR LOCATION/DAMPER# 85 7 7C-4   209 10 10C-10 86 7 7C-5   210 10 10D-1 87 7 7C-6   211 10 10D-2 88 7 7C-7   212 10 10D-3 89 7 7C-8   213 10 10D-4 90 7 7B-2   214 10 10D-5 91 7 7B-3   215 10 10D-6 92 7 7B-4   216 10 10D-7 93 7 7B-5   217 11 11A-1 94 7 7B-6   218 11 11A-2 95 7 7B-7   219 11 11A-3 96 8 8CORE-1   220 11 11A-4 97 8 8CORE-2   221 11 11A-5 98 8 8CORE-3   222 11 11A-6 99 8 8CORE-4   223 11 11A-8 100 8 8CORE-5   224 11 11A-9 101 8 8CORE-6   225 11 11D-1 102 8 8CORE-7   226 11 11D-2 103 8 8CORE-8   227 11 11D-3 104 8 8CORE-9   228 11 11D-4 105 8 8CORE-10   229 11 11D-5 106 8 8CORE-11   230 11 11D-6 107 8 8CORE-12   232 11 11D-7 108 8 8B-1   234 11 11B-1 109 8 8B-2   235 11 11B-2 110 8 8B-3   236 11 11B-3 111 8 8B-4   237 11 11B-4 112 8 8B-5   238 11 11B-5 113 8 8B-6   239 11 11C-1 114 8 8B-7   240 11 11C-2 115 8 8C-1   241 11 11C-3 116 8 8C-2   242 11 11C-4 117 8 8C-3   243 11 11C-5 118 8 8C-4   244 11 11C-6 119 8 8C-5   245 12 SBsmt SF 120 8 8C-6   246 12 SBsmt EF 121 8 8C-7   247 13 SBsmt SF 122 8 8C-8   248 13 SBsmt EF 123 8 8A-1   249 13 Elevator shaft relief 124 8 8A-2   250 13 Elevator shaft relief 125 8 8A-3   251 13 Elevator shaft relief ATTACHMENT A--- PG. 3
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db291940e27642dab64ebada8aa58021/view)
 
Place of Performance
Address: Department of Veterans Affairs Albany Stratton VA Medical Center 113 Holland Avenue, Albany, NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN06521487-F 20221119/221117230110 (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.