Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

H -- Fire Extinguisher Inspection and Maintenance

Notice Date
8/14/2020 8:02:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25820Q0350
 
Response Due
8/28/2020 1:00:00 PM
 
Archive Date
10/27/2020
 
Point of Contact
AMANDA M BECK, Amanda Beck, Contract Specialist, Phone: 602-795-4372
 
E-Mail Address
Amanda.Beck@va.gov
(Amanda.Beck@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 FAC 2020-08. This solicitation is set-aside for Veteran-Owned Small Businesses (VOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with a small business size standard of $16.5 Million. The FSC/PSC is H342. The Northern AZ VA Healthcare System in Prescott, Arizona is seeking to purchase Fire Extinguisher Inspections and Maintenance. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Class A/K, 20 lbs. February Annual Inspection 16 EA 0002 MRI (Water Mist), 20 lbs. February Annual Inspection 2 EA 0003 Class ABC, 2.5 lbs. February Annual Inspection 20 EA 0004 Class ABC, 5 lbs. February Annual Inspection 99 EA 0005 Class ABC, 10 lbs. February Annual Inspection 288 EA 0006 Class ABC, 20 lbs. February Annual Inspection 5 EA 0007 Halotron, 5 lbs. February Annual Inspection 7 EA 0008 Halotron, 10 lbs. February Annual Inspection 16 EA 0009 Dry Chemical (ABC Class), 5 lbs. Five and/or Six-Year Testing 5 EA 0010 Dry Chemical (ABC Class), 10 lbs. Five and/or Six-Year Testing 5 EA 0011 Dry Chemical (Halo), 10 lbs. Five and/or Six-Year Testing 10 EA 0012 Dry Chemical (Class A/K), 10 lbs. Five and/or Six-Year Testing 3 EA 0013 Dry Chemical (ABC Class), 20 lbs. Five and/or Six-Year Testing 1 EA 0014 Dry Chemical (ABC Class), 2.5 lbs. 12-year Hydrostatic Testing 2 EA 0015 Dry Chemical (ABC Class), 5 lbs. 12-year Hydrostatic Testing 30 EA 0016 Dry Chemical (ABC Class), 10 lbs. 12-year Hydrostatic Testing 57 EA 0017 Dry Chemical (Halo), 10 lbs. 12-year Hydrostatic Testing 2 EA 0018 Dry Chemical (ABC Class), 20 lbs. 12-year Hydrostatic Testing 1 EA Northern Arizona VA Health Care System Portable Fire Extinguisher Statement of Work (SOW) A. General Information Title of Project: Portable Fire Extinguishers Inspection, Testing, and Maintenance at the Northern Arizona VA Health Care System, 500 N. Hwy 89, Prescott AZ 86313. Scope of Work: The contractor shall provide all labor, supervision and all other resources required to deliver the requirements stated herein, except as may otherwise be specified in this statement of work. Background: The National Fire Protection Association (NFPA) requires that portable fire extinguishers be inspected, tested and maintained in accordance with NFPA 10. The VA adopts the latest edition of the NFPA Codes. This service is also required per The Joint Commission and OSHA. Performance Period: The initial period of performance period is for a base year (10/1/20 9/30/21) with four one-year options. Annual Maintenance required by this contract is to be performed in February of each year. B. Pre-Work Orientation Contractor will attend a pre-work orientation meeting prior to the commencement of work on site. This meeting will take place in the Safety Office on the day work is to be started. The VA point of contact information for this requirement will be provided at the orientation. C. General Requirements All work is to be done between the hours of 7:30 AM and 4:30 PM, Monday through Friday unless otherwise specified. Contractor must possess and furnish written proof of a fire extinguisher manufacturer factory service certification and/or National Association of Fire Equipment Distributors Portable Fire Extinguisher Technician certification relevant to the type of work performed. Work dates shall be scheduled with the point of contact given at the kick-off meeting. Contractor and all employees will report to the VA Police Dispatch Center to obtain a Contractor Badge. Contractor will report to the VA Safety Office prior to starting any work to sign in and obtain a copy of the portable fire extinguisher inventory log. A VA Safety Office employee will escort contractor personnel during the performance of all tasks required by this SOW. VA will furnish no tools, supplies or employees to assist with inspection and test work. D. Specific Mandatory Task Provide all labor, time, equipment, materials and supervision for the maintenance, testing, and inspection of fire extinguishers (quantities, sizes, and types may vary at any given time depending on construction, Code changes, or New purchases/processes). Types of fire extinguishers including approximate quantities for annual testing provided below: Size: Class A/K MRI (Water Mist) Class ABC Halotron 2.5 lbs. 20 5.0 lbs. 99 7 10.0 lbs. 288 16 20.0 lbs. 16 2 5 Total 16 2 412 23 For Calendar 2021, the following approximate number of dry chemical extinguishers will need to have their five and/or six-year maintenance test performed: Extinguisher Size Dry Chemical (ABC Class) 2.5 lbs. 0 5.0 lbs. 5 10.0 lbs. 5 10.0 lbs. (Halo) 10 10.0 lbs. (A/K) 3 20.0 lbs. 1 Total 24 For Calendar 2021, the following approximate number of dry chemical extinguishers will need to have their 12-year (hydrostatic test) conducted. Extinguisher Size Dry Chemical (ABC Class) 2.5 lbs. 2 5.0 lbs. 30 10.0 lbs. 57 10.0 lbs. (Halo) 2 20.0 lbs. 1 Total 92 E. Schedule of Deliverables Annual maintenance is to be conducted in September of each year following all requirements listed in the latest edition of NFPA 10. The annual maintenance is to be conducted by a technician certified in accordance with the latest edition of NFPA 10. The annual maintenance is to include a dusting/cleaning/wipe down of each unit and re-installation of tamper seals and contractor provided tags dated with the current year. Perform the six year and 12-year service as necessary. This maintenance will be documented on mutually agreed upon tags (contractor furnished) provided on each extinguisher and will include the month/day/year of maintenance. The contractor will document the annual maintenance on the back of the tag in month of service and initial. The inspection will also be annotated on the inventory log provided by the VA verifying that the extinguisher received the required annual maintenance. Contractor shall perform internal inspections and/or hydrostatic testing as required. Contractor shall provide and install temporary fire extinguishers in place of those units being serviced. Fire Extinguishers that have been discharged and require recharging will also be included in this contract. Upon completion of all work; the contractor must provide a serialized list indicating maintenance performed and pass or fail criteria, to include; any corrective action taken for extinguishers required to be removed from service. The report will include building #, location room#, extinguisher type, and serial #. This serialized list must identify compliance with the latest edition of NFPA 10. The contract period of performance is 10/01/2020 09/30/2021. Option Year 1: 10/01/2021 09/30/2022 Option Year 2: 10/01/2022 09/30/2023 Option Year 3: 10/01/2023 09/30/2024 Option Year 4: 10/01/2024 09/30/2025 Delivery shall be provided 30 Days After Receipt of Order (ARO). Place of Performance/Place of Delivery Address: Northern AZ VA Healthcare System 500 N Hwy 89 Prescott, AZ Postal Code: 86313 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (JUN 2020) 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 Items. 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 Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2020) The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. All quotes shall be sent to the contract specialist, Amanda Beck, at Amanda.Beck@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. The award will be made to the response most advantageous to the Government. 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. Submission of your response shall be received not later than August 28, 2020 at 1:00 PM Arizona Time at Amanda.Beck@va.gov. 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 no later than August 21, 2020. Point of Contact Amanda Beck, Contract Specialist Amanda.Beck@va.gov 602-795-4372
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c1d76af0b0914e64bf902f94adbefd2d/view)
 
Place of Performance
Address: Northern AZ VA Healthcare System 500 N Hwy 89, Prescott, AZ 86313, USA
Zip Code: 86313
Country: USA
 
Record
SN05758293-F 20200816/200814230151 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.