A.1 REQUESTING AGENCY'S STATEMENT OF WORK

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010ZVA258-17-N-0148 Sources Sought85014VA258-17-N-014801-10-201760N14238220Department of Veterans AffairsVISN/18PHX777 E. Missouri, Suite 300Phoenix AZ 85014Thomas McKendryThomas.mckendry@602-795-4363Southern Arizona VAMC3601 S. 6th AVeTUCSON, AZ85014USASOURCES SOUGHT SYNOPSISVA258-17-N-0148The Veterans Administration is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Fire Extinguisher, Kitchen Fire Suppression, Fire Sprinkler Systems Testing, Inspection, and Maintenance services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220 - Plumbing, Heating, and Air-Conditioning Contractors.THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization is a SDVOSB or VOSB and has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and attached Scope of Work.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES / VETERAN OWNED SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government reserves the right to ask for additional information / clarifications in order to make a well informed decision to set aside this requirement. The request for additional information / clarifications shall not be considered an offer or acceptance or constitute a request for proposals; submission of any additional information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 01/11/2017 at 8:00am MST. All responses under this Sources Sought Notice must be emailed to Thomas.mckendry@ with VA258-17-N-0148 in the subject line.If you have any questions concerning this opportunity please contact: Thomas McKendry at Thomas.mckendry@ or 602-795-4363.A.1 REQUESTING AGENCY'S STATEMENT OF WORK STATEMENT OF WORKFIRE SUPPRESSION, SPRINKLER AND EXTINGUISHING SYSTEMS TESTING AND INSPECTIONSOUTHERN ARIZONA VA HEALTH CARE SYSTEM (SAVAHCS)VA258-17-N-01481. GENERALGeneral: This is a non-personal services contract to provide Fire Extinguisher, Kitchen Fire Suppression, Fire Sprinkler Systems Testing, Inspection, and Maintenance services. The Government shall not exercise any supervision or control over the service providers providing the services described herein. Description of Services/Introduction: The Contractor shall provide all personnel, transportation, equipment, supplies, facilities, supervision, other items and non-personal services necessary to perform fire suppression and sprinkler system testing and inspection as defined in this Statement of Work. Physical Security: The Contractor shall be responsible for safeguarding all government equipment, information and property provided to Contractor personnel while performing the services described herein.Period of Performance: Base Period of Performance: JAN XX, 2017 – January XX, 2018: One Year.Type of Contract: The government will award a firm fixed-priced contract.Service Contract Act: The Service Contract Act applies to this contract. Current Service Contract Act Wage Determinations for the service areas will be attached to the contract. Employees performing under this contract must be paid at least the pay and fringe benefits described therein.Contracting Officer Representative (COR): The COR will be identified by a separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. A letter of designation issued to the COR, a copy of which will be provided to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity, or quality of performance in this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modification in writing from the Contracting Officer to the Contactor. All kitchen hood services shall be completed during normal business day between the hours of 3 PM and 8 PM. All other work shall be during normal business day hours of 8 AM to 4:30 PM.1.9 Invoices: Invoices are to be submitted electronically; quarterly, upon completion of the services that are performed, or upon completion of non-scheduled services. Electronic invoices can be submitted at no additional cost at the VA Vendor Information System (VIS) website HYPERLINK "" \h HYPERLINK "" eturnUrl=%2fDefault.aspx, or at HYPERLINK "" . Invoices must include the IFCAP obligation number (Finance Purchase Order Number) that is provided on the order in order to ensure timely payment. The COR is responsible for acceptance of services and/or the processing of receiving reports for the services provided to the government.1.10. Cleanup. The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish shall be removed. 1.11. Special Tools. The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustment, calibrating and other work as required for the performance of this Contract.1.12. Over and Above Repair. Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA’s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract).1.13. Contractor Employees. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. 1.14. Escort and SAVAHCS Check-In. All Contractor personnel working on-site at the SAVAHCS facility shall check in and out at the Safety Office, Building 5, Room 202. Check-in procedures require receiving a temporary badge and completing the necessary information on the vendor sign-in sheet. Access to work areas and performance monitoring will be provided by Facilities personnel. BACKGROUNDThe Southern Arizona VA Health Care System is comprised of numerous buildings on campus that require Fire Suppression, Sprinkler and Extinguishing Systems testing and inspection and support. Geographically the facilities are located on the SAVAHCS grounds, within the Tucson, Arizona city limits. SAVAHCS requires a single Contractor with the ability to perform fire suppression, sprinkler and extinguishing systems testing and inspection services for all devices across the campus and its fire suppression-related systems as defined in this statement of work. The Contractor must be able to provide database management of all testing and inspections, as required. Likewise, the ability to produce comprehensive printed and electronic reports of all data is required of the same contractor for the campus and its fire suppression-related systems. CONTRACTOR QUALIFICATIONTechnician/Dealer/Contractor Certifications: The Contractor must be qualified and experienced in accordance with NFPA requirements. The Contractor must be able to perform all duties defined within this scope on Fire Suppression and Sprinkler Systems identified in Section 2. Certifications for each system must be submitted as part of the original proposal and annually thereafter. The requirement for proof of certifications will apply to all sub-contractors. The Contractor must, at a minimum, inspect and test all devices in the fire suppression-related systems identified in this Statement of Work without the support of sub-contractors. Contractor Facility: It is recommended that the Contractor have a primary or satellite office for doing business geographically within or in close proximity of Pima County, Arizona. It is recommended that the Contractor have a minimum of 4 National Fire Protection Association (NFPA) qualified technicians employed and living within 50 driving miles of the Southern Arizona VA Health Care System.3.2 Safety and PPE equipment must be provided for each Contractor employee by the Contractor.TASK SPECIFICATIONSFire Suppression and Sprinkler System Inspection and Testing (IT): Contractor must be able to test and inspect 100% of all system devices defined in this Statement of Work in accordance with National Fire Protection Association (NFPA) and Joint Commission (JC) and provide these services for the following locations in Southern Arizona VA Health Care System (SAVAHCS) facilities listed below.Inspection & Testing Schedules: Contractor must be able to provide services according to the following schedule following a frequency of annual (A), semi-annual (S), and quarterly (Q):LINE ITEMSERVICEFREQ.(A, S, Q)QTY001Annual Portable Fire Extinguisher InspectionIncludes inspection of designated place, evaluate visibility, access and obstructions. Verify that the pressure gauge reading is in the operable range. Remove extinguisher from bracket, check the cylinder for damage, and “fluff” extinguisher. Evaluate if the Extinguisher is the proper classification for the hazard. Determine the next service date of the cylinder (to include 6-year teardown or Hydro testing) by manufacture date or by service tags. Deficiencies will be noted and review with the COR when the inspection is complete. Compliant units will be re-certified and a new color coded tag will be installed to be utilized for monthlies. NFPA 10A699002Annual Fire Sprinkler System Inspection (Main Drain Flow Test)All control valves will be exercised and sealed. Water pressure will be recorded including residual pressure during a main drain flow test. All inspectors test valves will be exercised and water flow alarms will be confirmed. The fire sprinkler riser will be inspected for signage, valve positions, disposition of gauges and a stocked spare sprinkler head box. All visible distribution piping will be inspected for corrosion, proper bracing, and sprinkler heads will be visibly inspected for discharge blockage and foreign material. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 A33 units003Semi Annual Fire Sprinkler System Inspection All control valves will be exercised and sealed. Water pressure will be recorded. All inspectors test valves will be exercised and water flow alarms will be confirmed. The fire sprinkler riser will be inspected for signage, valve positions and a stocked spare sprinkler head box. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 S 120 units004Five Year Fire Sprinkler System Internal Inspection At several locations on each riser, the pipe will be disconnected and inspected for internal obstructions. A sample of water is taken before the inspection takes place. Certain internal conditions will mandate further lab testing of the water samples to identify the source of the obstructions. Findings will be included on a final report based on the NFPA requirements detailing the results of the test and will be delivered and reviewed with the COR in timely manner. Risers will be tagged to identify the date the test was made. NFPA 255-Year32 units005Semi-Annual Kitchen Hood System Inspection Kitchen hood detection and suppression systems have preventative maintenance performed on a semi-annual basis. A visual inspection of the system is done looking for proper coverage of the nozzles, making sure that they are spaced properly for the current set up, verifying that there are no obstructions to the flow of agent at release, and checking the agent distribution piping for damage or corrosion. Agent tanks are inspected for agent quantity and checked for required internal work (hydrostatic test) date. System control panel is inspected and maintained for proper set up and functionality. The detection system is then checked for proper operation and all fusible links are replaced on an semi-annual basis. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 96S7 units006Fire Hydrant Test and Inspection Fire hydrant will be visually inspected for proper components and general operating condition. The valve will be fully exercised and flow test will be performed. Flow readings will be taken and recorded and a hydrant flow test will be calculated using a pitot pressure gauge and the results will be noted. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner. NFPA 25 and 291Note: 25% of the total shall be tested and inspected on a quarterly basis.A27 units007Quarterly Fire Department Connection Inspection All building fire department connections will be visually inspected to quarterly to verify the following: The fire department connections are visible and accessible.Couplings or swivels are not damaged and rotate smoothly.Plugs or caps are in place and undamaged.Gaskets are in place and in good condition.Identification signs are in place.The check valve is not leaking.The automatic drain valve is in place and operating properly.The fire department connection clapper(s) is in place and operating properly.Interior of the connection is inspected for obstructions. A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner.NFPA 25 Q33 units008Inspection of Rolling Fire Windows and Sliding Fire Doors IAW NFPA-80, Current Edition A final report based on the NFPA requirements will be completed detailing the results of the test and will be delivered and reviewed with the COR in timely manner.A3 units4.3 Fire SuppressionContractor shall provide 100% Inspection and Testing services for the following fire suppression devices. Approximate current types of devices are listed below. Devices change periodically as devices are placed in and out of service:‐Heads‐Dry Systems‐Wet Systems‐Fire Hydrants‐Valve Tamper devices‐Risers/Drains‐Water Flow devices DELIVERABLES: 5.1 Documentation Requirements – due to the VA within five (5) business days after each inspection and testing cycle.Deficiency ReportsNFPA 25 Documentation Report of Sprinkler InspectionsQuarterly System InventoryHydrant Testing and Inspection ReportContractor will provide an electronic copy and one printed copy each deliverable addressed above. GOVERNMENT REQUIREMENTSAll Contractor employees dispatched to or working at any of the VA sites identified herein must obtain and wear a VA issued badge while performing services. VA badges are to be obtained through coordination with the rmation SecurityThe Contractor will not have access to the VA information system or access to government computers to access online resources while in the performance of services of the contract.The Contractor will not have access to Protected Health Information (PHI) while in the performance of services of the contract. In the event any confidential data is encountered, the Contractor will act accordingly with the conditions set forth in the Privacy Act. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download