Virginia Bids > Bid Detail

H342--Northampton r VAMC Smoke and Fire Doors/Inspection and Repair

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159412362404925
Posted Date: Mar 21, 2024
Due Date: Apr 4, 2024
Solicitation No: 36C24124Q0394
Source: https://sam.gov/opp/34a0563553...
Follow
H342--Northampton r VAMC Smoke and Fire Doors/Inspection and Repair
Active
Contract Opportunity
Notice ID
36C24124Q0394
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 21, 2024 01:59 pm EDT
  • Original Date Offers Due: Apr 04, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H342 - INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Northampton VA Medical Center Leeds , 01053
Description
Combined Synopsis Solicitation Northampton VAMC Fire Door Inspection and Repair
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24124Q0394 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.
(iv) This requirement is being issued as a SDVOSB set-aside. The associated NAICS 332999 and small business size standard is 750 employees.
(v) The Government intends to award a firm-fixed price award for Fire Door Inspection and Repair at the Northampton VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary to provide Fire Door Inspection and Repair IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is Northampton Massachusetts as described per the (Performance Work Statement).
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Site Visit: March 28, 2028 at 10AM. Meet in Building 1 front lobby.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to carissa.sarazin@va.gov
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 2-Apr- 2024 by 10:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement).
Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement).
If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Northampton 2015-4095 Rev 26 posted on beta.sam.gov)
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 04-April- 2024 by 10:00 AM EST. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is carissa.sarazin@va.gov)



ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Fire Door Inspection and Repair
1.00
JB
__________________
__________________


GRAND TOTAL
__________________










ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:







ATTACHMENT 3
STATEMENT OF WORK
Northampton VAMC Smoke and Fire Doors/Inspection and Repair- FY24
421 North Main Street, Leeds, MA 01053
Summary

Smoke and Fire doors in patient care areas at the Edward P. Boland VA Medical Center are to be inspected yearly for compliance or non-compliance to the most current NFPA 80 standards (FIG 1). After inspection these doors are to be repaired using the findings of the inspection report to meet the same NFPA standards.

Statement of Work

Contractor to provide all labor and material costs, including travel and equipment, for the contract period specified, to perform inspections for all smoke and fire doors in patient care areas at the facility. This currently includes doors in buildings 1, 2, 4 and 9 totaling approximately 120 doors. With ongoing construction at the facility it should be expected that the number of doors to be inspected and repaired could vary by 30 doors (90-150 doors) as well as which buildings needing to be inspected could vary. The contractor is to provide the VA with an electronic report of the inspection, listing each door with their findings and suggested corrective action requirements for each deficient, damaged, or non-functioning door. The contractor shall provide this report within 2 weeks of the completed inspection.

Contractor is also to provide an itemized price quote to complete all repairs needed to ensure inspected doors are fully compliant to the NFPA 80 standards. The quote for repairs is to be provided within two weeks of providing the inspection report. After review and agreement of the quote by the CO and COR, the contractor is to provide all materials, labor, travel costs, and equipment needed to complete the repairs of all fire and smoke doors, so they are compliant to NFPA 80 standards. Repairs by contractor work to be completed within 90 calendar days of agreement of the quoted price.
Expected Repairs- All materials and methods used must be NFPA approved
Patch holes in doors and frames.
Reset and replace glazing as needed.
Replace any damaged or missing hardware, secure any loose hardware.
Adjust doors for acceptable spacing and/or install GAP hardware for sides, tops, and bottom of doors.
Adjust or replace door closers so doors fully close and latching hardware positively latches.
Adjust or replace any door coordinators to operate properly.
Adjust or replace any damaged or missing latching hardware so doors are secure when closed.
Verify and tag doors with proper smoke/fire label where missing.
Replace damaged or missing gasketing and edge seals where required.

If full door and/or frame replacement is required to meet NFPA standards the contractor shall provide a separate quote to the CO and COR for this work.

VA/COR Responsibilities

The COR will provide a list of doors to be inspected prior to the contractor s arrival. The COR will provide prints with locations of doors to be inspected. Working hours are 0700-1530 unless arranged differently with the COR. The COR will be the POC for the contractor to schedule all work.
(FIG 1)
NFPA 80 5.2.4.2
As a minimum, the following items shall be verified.
1. No open holes or breaks exist on the surfaces of either the door or frame.
2. Glazing, vision light frames, and glazing beads are intact and securely fastened in place, if so equipped.
3. The door, frame, hinges, hardware, and non-combustible threshold are secured, aligned, and in working order with no visible signs of damage.
4. No parts are missing or broken.
5. Door clearances at the door edge to the frame, on the pull side of the door, do not exceed clearances listed in 4.8.4 and 6.3.1.
6. The self-closing device is operating by verifying that the active door will completely close when operated from the fully open position.
7. If a coordinator is installed, the inactive leaf closes before the active leaf.
8. Latching hardware operates and secures the door when it is in the closed position.
9. Auxiliary hardware items, which interfere with or prohibit operation, are not installed on the door and frame.
10. No field modifications to the door assembly have been performed that void the label.
11. Gasketing and edge seals, where required, are inspected to verify their presence and integrity.

This contract is for FY24 as the base year with 4 option years.

Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 21, 2024 01:59 pm EDTCombined 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 >