Virginia Bids > Bid Detail

H312--Fire Damper Testing and Inspections Services- Greater Los Angeles VA Healthcare System

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159183929380950
Posted Date: Feb 12, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/f245c0eb78...
Follow
H312--Fire Damper Testing and Inspections Services- Greater Los Angeles VA Healthcare System
Active
Contract Opportunity
Notice ID
36C26224Q0583
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 12, 2024 02:15 pm MST
  • Original Published Date: Feb 12, 2024 02:07 pm MST
  • Updated Date Offers Due: Feb 21, 2024 02:00 pm MST
  • Original Date Offers Due: Feb 21, 2024 02:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 22, 2024
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H312 - INSPECTION- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541350 - Building Inspection Services
  • Place of Performance:
    Department of Veterans Affairs Greater Los Angeles VA Healthcare System Los Angeles , 90073
    USA
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 12/22/2023.

This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).

The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $11.5 Million.

The FSC/PSC is H312.

The award will be made to the quote most advantageous to the Government and best meets the requirement described in the statement of work.

Price and Other Factors: See Attachment 2, FAR 52.212-2 Evaluation

STATEMENT OF WORK (SOW)
1. Background

Fire damper testing is a VA, The Joint Commission, and National Fire Protection Agency requirement in hospitals where patients are present overnight. The testing is required every 6 years.
2. Scope.

The facility has an estimated 3000 fire dampers to test and inspect. See table below for breakdown of locations at West Los Angeles VA (WLA), Sepulveda VA and Los Angeles Outpatient Clinic (LAACC).
Building
Floor
ECD
ESD
FD
EFD
PSD
RD

213
3
0
0
18
0
0
0

Â
2
0
0
22
0
0
0

Â
1
0
0
22
0
1
0

Â
Basement
0
0
43
0
1
1

Â
Total:
0
0
105
0
2
1

214
4
0
0
3
0
0
0

Â
3
0
0
60
0
0
0

Â
2
0
0
58
0
0
0

Â
1
0
0
37
0
0
0

Â
Total:
0
0
158
0
0
0

215
3
0
3
6
0
0
0

Â
2
0
3
4
0
0
0

Â
1
0
1
10
0
0
0

Â
Basement
0
0
2
0
0
0

Â
Total:
0
7
22
0
0
0

217
4
0
0
1
0
0
0

Â
3
0
0
46
0
0
0

Â
2
0
0
58
0
0
0

Â
1
0
0
59
0
0
0

Â
Ground
0
0
31
0
0
0

Â
Total:
0
0
195
0
0
0

257
Attic
0
0
12
0
0
0

Â
2
1
0
8
0
0
0

Â
1
27
0
23
0
0
0

Â
Basement
0
0
94
0
0
0

Â
Total:
28
0
137
0
0
0

500
Penthouse
0
0
6
0
0
0

Â
6
0
0
79
0
15
0

Â
5
0
23
108
0
3
1

Â
4
0
2
89
0
10
2

Â
3
0
0
81
0
4
0

Â
2
0
0
74
0
67
0

Â
1
3
6
381
0
229
2

Â
Ground
0
7
231
0
104
4

Â
Total:
3
38
1049
0
432
9

Â
Â
Â
Â
Â
Â
Â
Â

WLA
Grand Total
31
45
1666
0
436
11
2189
LAACC- (LA VA OPC)


615
Sepulveda


188
3 locations grand total


2992


APW= Access Panel On Wall

FD/ETL=Fire Damper Electric Thermo Link
ATF= Access Thru Flex

FNR= Failed Needs Repairs

ATR= Access Thru Floor

FRFD= Fire Rated Flange Door

DID= Damper In Diffuser

OK= Passed

DTF= Down Thru Floor

PCD= Pneumatic Combination Damper
ECD= Electric Combination Damper

PSD= Pneumatic Smoke Damper

EFD= Electric Fire Damper

R/D= Rolling Door
ESD= Electric Smoke Damper

RFL = Removed From List
FD= Fire Damper
O/D= Over Door

VINE= Visually Identified Not Exercised
L.L.= Lower Level
I/S= Inside
O/S= Outside

3. Specific Tasks.
Contractor shall provide all labor, tools, equipment, parts, materials, dust control, travel and supervision required to perform all work at no additional costs to the government.
Contractor shall inspect and test all dampers (listed in table of section 4 of this SOW), regardless of the type and/or style.
Contractor shall replace all fusible links deemed in need of replacement from inspection.
Contractor shall hand deliver old fusible links to Program Point of Contact (PPOC) or mail them to 11301 Wilshire Blvd Los Angeles CA 90073 Building 63 attention to: PPOC Name.
Contractor shall document on VA provided statement of condition drawings the location and ID of each damper tested within this SOW.
Contractor shall provide a complete report indicating the damper type, location, ID number assigned and if any repairs are required,
Contractor shall provide a quote to the program point of contact for all unpriced CLINs (includes unknown dampers found, access doors, and repair costs in relation to findings from inspection) prior to work being conducted to first obtain Contracting Officer approval through a contract modification.
Contractor shall provide damper inspection services as per National Fire Protection Agency 80 (with consideration given to applicable NFPA 101, NFPA 105, International Building Codes, and International Fire Codes).
Dampers shall be inspected to the 2010 NFPA 80.19.3- 4 test standards as required. Acceptance testing of fire dampers shall be performed by a qualified person with knowledge and understanding of the operating components of the type of assembly being subject to testing and the system in which it is installed.
Before testing, a visual inspection shall be performed to identify any damaged or missing parts that can create a hazard during testing or affect operation or resetting.
Dampers that are part of the fire alarm network will not be tested solely as to the functionality of the fire alarm network.
Inspection report shall be provided to the VA program point of contact in a .pdf document format and hard copy upon request.

3.1 Contractor shall inspect and document using approved NFPA 80 documentation for all fire dampers IAW the list of buildings in GLA (list of buildings and locations provided on tables under section 4- Scope).
3.1.1 Subtask 1. Provide a complete report of all dampers and report any repairs that need to be made, document locations on drawings provided. Inspection report shall include damper location, Inspection type, damper type, whether exercised or not, pass or fail, dampener access condition and damper motor condition, repairs required. Drawings will be provided by facility engineering department for each facility being inspected.
3.1.2 Subtask 2. An electronic tech from each facility will accompany the testing tech and provide support with the alarm system and access by carrying facility keys. The Program Point of Contact will meet with the contractor daily to provide progress updates.

4. Deliverables

Provide the inventory and data electronically and in a bound report to Program Point of Contact. Indicate the location of all dampers on the statement of condition drawings, provided by VA to contractor, with ID numbers.

5. Performance Monitoring N/A

6. Security Requirements
6.1 Contractor shall obtain a visitor badge each day from the facility engineering point of contact.
6.2 Contractor will not have access to patient records, data, or VA computer systems.
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)
The government shall not furnish any equipment.
8. Risk Control
Contractor must be responsible for containing dust while opening the ceiling in public areas, offices, or patient care areas.
9. Hours of Work
Monday-Friday 7:00am 4:30pm PST; to exclude national holidays.

National Holidays:
New Year s Day
January 01
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 04
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25
10. Place of Performance
The work is performed at the Greater Los Angeles VA Healthcare System facilities: WLA, Sepulveda and LAACC in Los Angeles.

See table for locations:
West Los Angeles VA Medical Center
1131 Wilshire Blvd.
Los Angeles, CA 90073
Los Angeles VA Outpatient Clinic
351 East Temple Street
Los Angeles, CA 90012-3328
Sepulveda VA AMBULATORY Care Center
1611 Plummer Street
Sepulveda, CA 91343

12. Period of Performance:
180 days from award; estimated 03/18/2024 09/30/2024.
**PRICE/ COST SCHEDULE**
ITEM #
DESCRIPTION OF SUPPLIES/ SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- West Los Angeles VA Medical Center Location.
2189
EA


0002
Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- Sepulveda VA Ambulatory Care Center Location.
615
EA


0003
Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- Los Angeles VA Outpatient Clinic Location
188
EA


0004
Fire Damper Testing and Inspection (Unknown Dampers Found)- West Los Angeles VA Medical Center Location.
1
EA

$0

$0
0005
Fire Damper Testing and Inspection (Unknown Dampers Found)- Sepulveda VA Ambulatory Care Center Location.
1
EA

$0

$0
0006
Fire Damper Testing and Inspection (Unknown Dampers Found)- Los Angeles VA Outpatient Clinic Location
1
EA

$0

$0
0007
Access Doors Installation (If Needed)- All Locations
1
EA

$0

$0
0008
Repairs, Costs in Relation to Findings from Inspections- All Locations
1
JB

$0

$0


TOTAL

**Please use the format above for pricing**
The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services

FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022)

ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar 2023)

The following subparagraphs of FAR 52.212-5 are applicable: (b)(5), (9), (12), (18), (26), (29), (30), (31), (33), (34), (35)(i), (36), (37), (39), (40), (48), (55), (62), (c), (1), (2), (4), (7), (8).

VAAR 852.203-70 Commercial Advertising (May 2018).
VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)
VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction. (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018).

This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices.

Service Contract Act Wage Determination #: 2015-5613 Rev. 25

All quoters shall be submitted in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services . (SEP 2023)

All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Jennell Christofaro at Jennell.christofaro@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Decision factors to be considered are Cost, Schedule, Technical Capability, and Past Performance. This contract/purchase order will consist of a base period of performance: 03/18/2024 09/30/2024.

The award will be made to the quote most advantageous to the Government and best meets the requirement described in the Statement of Work.

Responses should contain your best terms, conditions.

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:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

All RFQ questions shall be received not later than February 15, 2024, 0900 MST at jennell.christofaro@va.gov only. Subject line shall include INQUIRY TO RFQ 36C26224Q0583 for consideration. All answers to inquiries received by due date and time will be addressed through an amendment. No further inquiries will be addressed after due date.

Submission of your RFQ response offer shall be received not later than February 21, 2024, 1400 MST at jennell.christofaro@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26224Q0583 for consideration.

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 Point of Contact listed below.

Point of Contact
Contract Specialist
Jennell Christofaro
Jennell.christofaro@va.gov

Attachment One: FAR 52.212-1 ADDENDUM Instructions to Offerors
Attachment Two: FAR 52.212-2 Evaluation
Attachment Three: VAAR 852.219-73 Notice of Total Set-Aside for Certified SDVOSB
Attachment Four: VAR 852.219-75 SDVOSB Certification
Attachment Five: Fire Damper Inspection Report Blank Template

(End of Provision)
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >