Virginia Bids > Bid Detail

J042--Fire Life Safety System Maintenance

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159396718480664
Posted Date: May 23, 2023
Due Date: Jun 8, 2023
Solicitation No: 36C26223Q1045
Source: https://sam.gov/opp/c4c139b0a2...
Follow
J042--Fire Life Safety System Maintenance
Active
Contract Opportunity
Notice ID
36C26223Q1045
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 23, 2023 08:16 am PDT
  • Original Date Offers Due: Jun 08, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    VA Greater Los Angeles Healthcare System Los Angeles , 90073
    USA
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Fire Life Safety System Maintenance
1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide on-site monitoring, testing, preventative maintenance, & inspection with the intervening services for the Edwards System Technology Fire life safety system at the VA Greater Los Angeles Healthcare system (VA GLAHS).
1.c. Project Location: VA Greater Los Angeles Healthcare System
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q1045.
1.e. Set Aside: This solicitation is issued as an unrestricted open market.
1.f. Applicable NAICS code: 238210, Electrical Contractors and Other Wiring Installation Contractors.
1.g. Small Business Size Standard: $16.5 Million
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: Base year plus 4 options
1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23
1k. Job walk will be conducted at 10am on Friday, May 26th, 2023. Participants will meet at the lobby of B-500 of the VA Greater Los Angeles Medical Center. Please reach out to Wayne Johns at 310-420-3293 if you need to locate the meeting point. Please email Ositadima.ndubizu@va.gov to indicate intent to participate.
1.l. Request for Information (RFI) should be submitted via email no later than 4pm PST Wednesday, May 31st, 2023, to ositadima.ndubizu@va.gov
2. Statement of Work

2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide on-site monitoring, testing, preventative maintenance, & inspection with the intervening services for the Edwards System Technology Fire life safety system at the VA Greater Los Angeles Healthcare system (VA GLAHS).

2.2. Background. Fire Alarm Monitoring, Inspection & Maintenance service at the VA GLAHS requires a service contract.

2.3. Scope. Contractor shall provide onsite monitoring, testing, preventative maintenance, & inspection with intervening services for the Edwards System Technology Fire Life Safety System at the VA Greater Los Angeles Healthcare System (VA GLAHS).

Required Personnel- Contractor shall provide the following:
One (1) full- time work on-site senior technician for testing, inspection and repair. Shall be National Institute for Certification in Engineering Technologies (NICET) Certified; EST Elite Strategic Partner, Fireworks Certified; Edward System Technology (EST3) Certified and a Building Reports Elite partner. The Bidding contractor must be located within 20 miles of the GLAHS campus.

One (1) part time technician for assistance and over lapping coverage with testing, inspection, and repair.

Requires Service- Contractor shall provide the following:
Provide onsite monitoring, testing, preventative maintenance, and inspection with intervening service for all Siemens/EST Equipment located throughout Buildings 500, 501, 507, 523, 525, 304, 338, 345, 401, 402, 300, 213, 214, 215, 217 & 257 at the campus of the VA GLAH.

All testing documents to be Building Reports Joint Commission Standards per all applicable VA/Joint Commission/National Fire Protection Association (NFPA) standards and submitted to compliance officer testing of each EST panel on the North campus for operation, network communication and testing/replacement of batteries as required by NFPA encompassing 3 networks (2, 3 & 4), 39 panels and 3 annunciators.

Daily on-site monitoring of fiber networks, fire alarms, troubles and supervisory signals campus wide. Includes trouble shooting and repair of EST3 panels and fiber network hardware for the entire campus.

Upgrade and maintain all EST panels operating system software to the most recent version (57 panels campus wide). Verification of signals from fire alarm systems in each building to the EST panel, then to the PBX.

Project Manager or designated alternate shall attend weekly Joint Commission compliance meetings, VA document reviews, mandated mock surveys, and Joint Commission surveys as requested. Provide support to technicians in identifying hardware problems between EST and other fire manufacturers. This correlates to line item 3 on the PRICE OR COST SCHEDULE. This can be a No Charge (N/C).

Include dedicated account administration for all EST/Joint Commission/VA fire life safety issues, services, billing, etc.

Monitor construction to limit false alarms, system troubles and limit fiber network interruptions.

Communicate and coordinate repairs and required testing with designated VA staff and the COTR.

VA GLAHS Fire/Life Safety Systems are required to be tested in accordance with the NFPA, The Joint Commission as well as local VA guidelines.

Schedule of Devices:
Buildings 213, 214, 215, 217, 257, 300, 304, 338, 345, 401, 402, 501, 507, 523 and 525 Devices

Supervisory Points (00)
Water Flow Switches (65)
Valve Tamper Switches (99)
Manual Pull Station (191)
Area Smoke Detectors (1,289)
Air Sampling Systems (00)
Duct Detectors (125)
Beam Detectors (00)
Heat Detectors (130)
Electro Mechanical Releasing Device (TBA)
Building 500 Devices

Supervisory Points (02)
Water Flow Switches (44)
Valve Tamper Switches (61)
Manual Pull Stations (345)
Area Smoke Detectors (1,017)
Air Sampling Systems (00)
Duct Detectors (64)
Beam Detectors (02)
Heat Detectors (66)
Electro Mechanical Releasing Device ( 41)
Notification Appliances (1637)

PARTS: Shall be resolved on a case-by-case basis and are not inclusive to this contract. However, it is important to note that that due to the nature and scope of this Contract and the obvious precedence of Fire Life Safety in a hospital setting, parts required in connection with Critical Emergencies, Non-Critical Emergencies, Intervening Service, after-hour repairs shall be invoiced at actual cost incurred, separately. Nominal parts required during the normal course of business operations and under simplified conditions shall be purchased by Government, based on Contractor recommendation to the COTR. Additional labor cost to perform service or install parts covered in this section shall be at no additional cost to Government.

AUTHORIZED SERVICE: Only those services specified within are authorized under this contract. Before permitting any service or repairs of a non-contract nature, the Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer, or his/her designee may authorize the additional service or repair under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer may authorize additional service or repairs and that reimbursement shall not be made unless prior authorization is obtained.

RECONDITIONING: Reconditioning and/or extensive repair work determined by the Contracting Officer not to be economically feasible is not included in this contract and the Government reserves the right to obtain such service from other than the listed Contractor.

JOINT COMMISSION TESTING STANDARDS & TEST EQUIPMENT:

Joint Commission Environment of Care: EC.02.03.05
The Contractor shall maintain fire safety equipment and fire safety building features.
The following maintenance, testing, and inspection requirements apply.

Accreditation Elements of Performance for EC.02.03.05:
At least quarterly, the Contractor shall test supervisory signal devices (except valve
tamper switches). The completion date of the test is documented.
Note: For additional guidance on performing test, see NFPA 72, 2022 edition.

Every 6 months, the Contractor shall test valve tamper switches and water-flow
devices. The completion date of the test is documented. Note: For additional guidance on performing test, see NFPA 72, 2022 edition.

Every 12 months, the Contractor shall test duct detectors, electromechanical releasing devices, heat detectors, manual fire alarm boxes, and smoke detectors. The
completion date of the test is documented. Note: For additional guidance on performing test, see NFPA 72, 2022 edition.

Every 12 months, the Contractor shall test visual and audible fire alarms, including
speakers. The completion date of the test is documented. Note: For additional guidance on performing test, see NFPA 72, 2022 edition.

5. Every quarter, the Contractor shall test fire alarm equipment for notifying off- site fire responders. The completion date of the test is documented.
Note: For additional guidance on performing test, see NFPA 72, 2022 edition.

Every 12 months, the Contractor shall test automatic smoke-detection shutdown
devices for air-handling equipment. The completion date of the test is
documented. Note: For additional guidance on performing test, see NFPA 90A, Standard for the Installation of Air Conditioning and Ventilation Systems, 1999
edition (Section 4-4.1).

Every 12 months, the Contractor shall test sliding and rolling fire doors for proper
operation and full closure. The completion date of the test is documented.
Note: For additional guidance on performing test, see NFPA 80, 1999 edition
(Section 15-3.4).

The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to have/bring the appropriate equipment and/or supplies necessary to complete the work.

The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to have/bring the appropriate equipment and/or supplies necessary to complete the work.

REMOVAL OF EQUIPMENT: Government property shall not be removed from the station without a signed Property Pass. This property pass may be obtained, after removal is authorized by the Contracting Officer or COTR. The Contractor assumes full responsibility for the equipment due for repairs while it is off-site, including not only the repair of the equipment, but also any loss or damage to the equipment while off-site or in transit.

INTERVENING SERVICE CALLS, NOTIFICATION, AND RESPONSE TIME:

The Contractor shall have an organizational structure in place that allows dedicated technical staff access to additional manufacturer 24-hour technical support. This requirement is to assist in complicated issue resolution that may arise while fulfilling the contractual obligation. This shall be at no additional cost to Government and shall be maintained throughout the entire contractual period of performance.
Contractor shall have the capacity to respond to after-hour service calls for repair, intervening service, emergencies, component replacement and resetting, Monday Sunday, 24 hours per day, including Holidays. Response parameters are as follows:

Critical Emergencies: as defined by VA Guidelines are failures at a system level or panel level that would result in the loss of operation of an entire section of a building or any event that places VA GLAHS at high risk or cause to implement Interim Life Safety Measures (ILSM).
Non-Emergency Conditions: as defined by VA Guidelines, are failures at an individual component level or device level resulting in minimal impact to the overall operation of the facility and do not require the implementation of Interim Life Safety Measures (ILSM). Some Non-Emergency conditions, as determined by the Hospital, may be handled and managed by the Hospital.

Contractor shall have an organizational structure in place and shall be available to respond:
By telephone within one (1) hour after receiving any after-hour service request.
Onsite within the four (4) hours after receiving notification for Critical Emergencies Conditions.
Onsite within the eight (8) hours after receiving notification for Non-Emergency Conditions.
Onsite within twenty-four (24) hours after receiving notification to repair an onsite malfunction or defect.
The Contractor shall provide service telephone number(s) and contact information including fax and email for purposes of accepting service calls, Monday Sunday, 24 hours per day, including Holidays:
Name:

Email:

Telephone No: _________________ Fax No: _________________

(e) Contractor shall state an hourly intervening service/after-hours rate for Technicians as described in the PRICE OR COST SCHEDULE section, line items 4 and 5. This rate should not be calculated into proposal pricing at this time. Nor should any estimated hour quantities be provided. The stated rate shall be a flat rate for after-hours work no matter the day of the week; despite holidays; whether in excess of 40 hours per week or 8 hours per day. This rate shall not be applicable towards any work performed under normal conditions surrounding any type of in-scope testing activities. Intervening service or after-hours work shall be invoiced separately.

REPORTING & RECORDS:
The Contractor shall be responsible for maintaining permanent record of all inspection and testing activities. The records shall be maintained for a minimum period of one (1) year following the previous inspection and testing activities. Upon termination of Contract, all records in possession of Contractor shall be provided to Government before final payment is made.

A copy of all inspection and test documents and records shall be furnished to Government within in ten (10) business days from the date of testing. The test report will be provided in both paper and electronic format acceptable to Government.

A copy of all visits/visitors (scheduled, emergency, or otherwise) shall be furnished to Government on or before the day of the visit via a field report w/ sign-in sheet (scheduled or otherwise) or an incident report (emergency). The report shall be delivered to the COTR before the close of business on the day of the visit.

CHANGES: The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery.

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 shall be made in the contract price to cover any increase in costs incurred as a result thereof.

SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting shall not be permitted.

PERIODIC INSPECTION: The VA Greater Los Angeles Healthcare System shall at its option and expense request an unrelated third party to inspect the quality of service of the Contractor. Any faults or omissions discovered by the inspection shall be repaired or otherwise corrected at the contractor s expense.

2.5. General Requirements: Personnel shall be fully qualified (trained and experienced to work on the equipment listed) and trained to perform maintenance and repair on the equipment listed and subject to demonstrate including but not limited to the following:

NICET Level II Certified
EDWARDS SYSTEM TECHNOLOGY (EST) Certified
COMPANY MUST BE AN ELITE STRATEGIC PARTNER OF THE EST3 PRODUCT LINE
ANSI
ASME
NFPA (101, 70.E, 105, 90A, 80, 25, 10, 96, 25, 72, 77)
JC EC.02.03.05
JC EP (1-20)
EDWARDS SYSTEM TECHNOLOGY (EST) HARDWARE/SOFTWARE
FIREWORKS MONITORING SYSTEM SOFTWARE/HARWARE
OTHER INDUSTRY STANDARD SYSTEMS/SOFTWARE/TECHNOLOGY
The Contractor shall provide training certificates; shall demonstrate the ability to use diagnostic software and computerized hardware for the maintenance and repair of the assigned equipment for their personnel.
The contractor shall be a current EST Elite Strategic Partner located within 20 miles of the GLAHS campus.
The onsite personnel must be currently employed directly by an EST Elite Strategic partner in order to maintain EST certificates.
2.6. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW.
2.7. Period of Performance. The period of performance will be Base year plus 4 option years.

a. 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
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

b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America.

Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays.
2.6. Contractor Personnel Background Requirements.

a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive.

b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract.

c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government.

d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows:

Level of Sensitivity Background investigation level Approximate Cost
Low Risk National Agency Check with Written Inquiries $ 231.00
Moderate Risk Minimum Background Investigation $ 825.00
High Risk Background Investigation $ 3,465.00

e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials.
2.7. Contractor Employees

a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC).

b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented.

c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations.

d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.

2.8. Insurance Coverage

a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.

b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.

c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.

d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.
3.a. FAR 52.212-1, Instructions to Offerors Commercial Items
3.b. FAR 52.212-2, Evaluation -- Commercial Items
3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
3.h. FAR 52.233-2, Service of Protest
3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
3.j. VAAR 852.233-71, Alternative Protest Procedure

4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Thursday June 8th, 2023, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form)
4.3.b. Acknowledgement of amendments
4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
4.3.d. Schedule of services
4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
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
  • May 23, 2023 08:16 am PDTCombined Synopsis/Solicitation (Original)

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 >