SOURCES SOUGHT
H -- Minneapolis VAMC Sprinkler & Fire Pump Five-Year Inspection and Testing Sources Sought
- Notice Date
- 5/10/2024 8:52:38 AM
- Notice Type
- Sources Sought
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26324Q0766
- Response Due
- 5/17/2024 3:00:00 PM
- Archive Date
- 05/22/2024
- Point of Contact
- Jeffrey Brown, Contracting Officer, Phone: 651-293-3009
- E-Mail Address
-
Jeffrey.Brown8@va.gov
(Jeffrey.Brown8@va.gov)
- Awardee
- null
- Description
- The Minneapolis VA Healthcare System requires fire protection inspection, testing, and maintenance of water-based systems in accordance with the draft Statement of Work (SOW) below. This is a sources sought/proof of capability solicitation looking for vendors to perform the services per the SOW for market research purposes. No awards of a contract will be made from this announcement. If you are a vendor that can complete the work described in the SOW with competitive pricing, please send your contact and organization information with a description of proof of capability to: Jeffrey.Brown8@va.gov on or before May 17th, 2024. Additionally, please provide answers as appropriate to the following questions in the table below with your response to this sources sought. Failure to responses to the following questions may affect the acquisition strategy. 1. Identify your organization's socio-economic category. 2. State whether any of the requested services may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). *If applicable, VAAR Provision, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.* *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* STATEMENT OF WORK Minneapolis Veteran Affairs Health Care System 5 Year Fire Sprinkler/Standpipe Inspection and Fire Pump Test Introduction: Fire Protection Inspection, Testing, and Maintenance of Water-Based Systems. This contract includes 5-year Standpipe and Obstruction Investigation inspections, testing and maintenance services required by NFPA 25. This contract does NOT include weekly, monthly, quarterly, semi-annual, or annual inspections and testing frequencies listed in NFPA 25. However, the annual 2024 fire pump test/ inspection will be included in this contract. All inspections, testing and flow tests need to be completed before October 31, 2024 Objectives: To determine the integrity and operation of the Fire Protection System and document any repairs that are required. Statement of Work: All labor for the testing and inspections of fire protections systems will be furnished by contractor. The contractor will perform the 5-year required inspection, testing for all wet, dry, pre-action and antifreeze systems, and standpipe systems located in building 70. Special Procedures: All deficiencies or devices and items of equipment that are defective shall be documented and reported by the contractor to the COR on the same day of inspection. A quote for parts and labor needed to correct deficient items must be submitted by the contractor to the COR within 10 business days from the identification of the deficiency. The VA is not obligated to purchase parts or services from the company awarded this contract. Inspection, testing and maintenance services must be scheduled with the COR at least 48 hours before the scheduled date. All sprinkler systems zones and equipment will be cataloged by the contractor along with a schedule of dates and type service to be rendered. The contractor shall provide inspection, testing, and maintenance in accordance with the 2023 edition of NFPA 25 standards. The following services are required for this scope of work: Sprinklers in harsh environments shall be tested in accordance with NFPA 25-5.3.1.1.2 All sprinklers that are extra high or greater temperature solder type shall be tested in accordance with NFPA 25-5.3.1.1.1.3. All standpipe systems shall have a flow test performed in accordance with NFPA 25-6.3.1. All standpipe systems shall have a hydrostatic test performed in accordance with NFPA 25-6.3.2. All gauges shall be replaced, tested and recalibrated in accordance with NFPA 25-13.2.4.2 and NFPA 25-13.2.4.3 All interior alarm valves, strainers, filters and orifices shall be inspected in accordance with NFPA 25-13.4.1.2. All interior check valves shall be inspected in accordance with NFPA 25-13.4.2.1. All dry pipe systems shall have a full flow trip test in accordance with NFPA 25-13.4.3.2.3 All dry pipe valves or quick-opening devices strainers, filters and orifices shall be inspected in accordance with NFPA 25-13.4.5. All dry pipe valves or quick-opening devices shall be tested for air leakage in accordance with NFPA 25-13.4.5.2.9. All fire hose connections shall be tested in accordance with NFPA 25-13.6.2.2. All pressure-reducing and relief valves shall be tested in accordance with NFPA 25-13.5.5.1. Obstruction, internal inspection of piping shall be performed in accordance with NFPA 25-14.2. All systems shall have an internal piping condition and obstruction investigation in accordance with chapter 14 of NFPA 25. Photos will be taken during internal pipe inspections and provided to the COR. Perform annual fire pump inspection IAW current edition of NFPA 25 chapter 8 for FY 2024 Contractor must sign in each day that work is to be performed. Employees must report to Facilities Engineering Department prior to starting work to communicate this status of service and progress of service. On completion of all services, the contractor shall furnish a written report within 10 business days following the completion of the services performed. The contractor must present a document of listed deficiencies found on the same day the deficiency is identified. All testing and inspection reports must be acceptable to the VA Engineering office. The reports shall list as a minimum: Date of service. System Type. System Locations of each system riser or device. System Make and Model. Details of all services performed. Photos that show the internal condition of pipe to include pipe location identification. The permission for any sprinkler system to be disabled and inoperable for inspections, testing, or operational maintenance will only be allowed during normal business hours (7:00am to 4:00pm), Monday through Friday except federal holidays unless approval is granted by VA Engineering Service. The contractor is responsible for any necessary fire watch if needed to perform the listed services. The contractor shall be responsible for accomplishing any necessary system shutdown and returning the system to normal operation when services are performed. In addition, the contractor must notify VA Engineering Service office before any systems are shut down and when system is returned to service. Name of contact personnel will be provided by the COR. The following must be notified when the systems are shut down and returned to service: VA Fire/Life Safety office (Phone number to be added upon award) VA Engineering Plumbing Shop VA Police and Minneapolis Fire Dept. The contractor will not be permitted to leave any sprinkler system, zone, or component nonoperational beyond normal business hours 7:00am to 4:00pm Monday through Friday Central Time unless the contractor has written the approval from the Safety, Engineering Service or the COR. The contractor shall be responsible for all repairs due to any damage to equipment and VA property that is done while performing the services listed in this contract. The contractor will provide all transportation, labor, tools, safety personal protective equipment, and any other equipment necessary required to perform all services at the Minneapolis VA Healthcare System located at 1 Veterans Drive Minneapolis, MN The servicing contractor will provide to the COR a copy of the documents listing the results of all inspections, tests, and maintenance performed. This documentation must meet or exceed all current NFPA 25 Standards. Servicing contractor will retain a copy of the same for future verification of all work performed. Special Conditions Qualification factors of contractor Certified contractors shall be required to provide proof of their reliability, ability, and experience. The Contractors must also prove they have successfully maintained similar type systems and equipment. This must include wet and dry pipe fire protection systems. The contractor will provide the names of personnel who will perform the work under the contract showing the length and type of their training certification and experience in writing. This report must also include the manufacturer of the equipment maintained, inspected, and tested. All maintenance, testing, and investigation services performed must be completed by a trained technician. This trained technician must be National Institute for Certification in Engineering Technologies (NICET), Level II certified in Fire Protection Engineering Technology Inspection and Testing of Water-Based Systems. The contractor must provide evidence of this certification. The selected contractor must present their OSHA 10 hour training card before they are allowed to attend. A VA badge will not be issued to the contracted employees until this course is completed. Contractors shall don their VA issued badge at all times while work is being performed. Inspection of premises Offerors should inspect the premises before submitting offers to be fully aware of the scope of the services required. Failure to do so will not relieve the successful offeror from performing in accordance with the strict intent and meaning of this solicitation, without additional cost to the VA. An appointment may be arranged by contacting the COR or the Safety Office at (Phone number to be added upon award). The offeror should provide this facility with a work statement describing the performance of each of the following inspections, testing, maintenance, and documentation. Contractor must verify that the description and listing of systems and equipment covered in this contract of the automatic sprinkler systems are complete by making their own inspection and inventory to assure all sprinkler systems and equipment will be inspected and serviced. Working hours: Anticipated hours of work will be Monday through Friday from 7:00 am 5:00 pm. Additional hours must be coordinated through the COR. Work will not be performed on weekends or federal holidays. Observed Federal Holidays: New Year s Day Martin Luther King Birthday Washington s Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day References: NFPA and Life Safety Code Safety: Contractor is responsible for maintaining a safe working environment for their employees as well as the MVAHACS Staff. Work areas will be kept cleaned throughout the day and all trash and demolished materials properly disposed of daily. Appropriate Personnel Protective Equipment will be worn while performing work on the VA Campus. Security: Contract personnel need to obtain a visistor s badge form VA Security located at the outpatient entrance security desk. A valid government issued form of identification will be required to receive a badge. A charge of $25 will be assessed for any badges that are not returned at the completion of the project. Contractor s Technicians are required to check in with the COR upon arrival at facility to obtain access and any additional instructions, task explanations and project location information. Daily performance log sheets are required to be submitted to the CO and COR daily. Parking/Storage: Parking is available in parking lots 11, 43A and 43B for vehicles (automobiles and Pickup trucks). Larger vehicles, equipment, job site trailers or storage containers must utilize parking lot 43A only. Contractor s contact information (name and phone number) is required to be displayed on all vehicles, equipment, trailers or containers that are stored overnight at the MVAHCS. Dropping off and picking up tools and materials at the loading dock is permitted but no parking is allowed in the loading dock area. Unattended vehicles in unauthorized parking areas will be ticketed by MVAHCS Police. END
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a428e3f4bcd4a48874426dc7903ed0c/view)
- Place of Performance
- Address: Minneapolis VAMC 1 Veterans Drive, Minneapolis, MN 55417, USA
- Zip Code: 55417
- Country: USA
- Zip Code: 55417
- Record
- SN07060449-F 20240512/240510230046 (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 |