SOLICITATION NOTICE
12 -- Fire and Sprinkler Alarm Service Contract
- Notice Date
- 9/6/2023 6:17:13 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24924Q0004
- Response Due
- 9/11/2023 7:00:00 AM
- Archive Date
- 10/11/2023
- Point of Contact
- Alexis C Bowen, TCF INTERN
- E-Mail Address
-
Alexis.Bowen@va.gov
(Alexis.Bowen@va.gov)
- Awardee
- null
- Description
- Government Response to Fire and Sprinkler Maintenance 36C4924924Q0004 Should the comprehensive service agreement include inspections/repairs for the outgoing Notifier fire alarm system, incoming Siemens replacement fire alarm system, or both? Government Response: Yes, the scope of the contract should cover the inspections/repairs of the existing Notifier Fire Alarm System until such time system is deactivated and replaced by activation of the new Siemens Fire Alarm System. The scope of the contract will cover the inspections/repairs of the new Siemens Fire Alarm System upon activation of said system. However, the new Siemens Fire Alarm System will be covered by a 12-month warranty for service for repairs upon activation. Therefore, for the first 12-month after the new Siemens Fire Alarm System is activated, the scope of this contract will be limited to inspections. Full inspections/repair service will resume at the end of the 12-month warranty period. The solicitation is currently marked as a SDVOSB set-aside, however, it also states that this contract will result in a Blanket Purchase Agreement (BPA). Since BPAs are typically established under GSA schedule in accordance with FAR 8.405-3, are we to assume that the successful SDVOSB awardee must be a GSA contract holder as well? Government Response: No, that is not a correct assumption. A BPA is also established IAW FAR Part 13.303 procedures. In accordance with the RFQ block 20 of the 1449 on pg 1 it states Comparative evaluations of quotes will be performed IAW FAR 13.106-2(b) best value based on price and other factors . FAR part 13 simplified acquisition procedures are inclusive of open market purchases that are not based off established contract such as the GSA contracts you referenced. Therefore, being a GSA contract holder is not a requirement for competition. Could you please post the sign-in from the site visit(s). Government Response: Please see attached (pg3) Which building is building 34? Government Response: There is no building #34. Delete reference to Building #34. Would NFPA 2019 Be the new standard for the site for fire or would we be using the 2010 standard as previously used? Government Response: No, contractor must use the most current edition of NFPA standard/code as required by the SOW. Since the system was installed by others, would this statement actually apply Operations and maintenance manuals, as-built installation drawings, and other system documentation shall be retained to assist in the proper care of the system and its components. ? Government Response: System(s) is existing, therefore, contractor is not required to retain Operations and Maintenance manuals, as-built drawings and other system documentation . However, contractor will be allowed to review such documents as retained and/or available from the VA. Who is the incumbent? Government Response: JOHNSONDANFORTH, INC. What was the amount of the present contract for? Government Response: $1,705,540.00
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a2478d939ce742e390061021257a310f/view)
- Record
- SN06820302-F 20230908/230906230106 (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 |