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 -- FY21 Canandaigua VAMC Annual Fire Alarm System Testing

Notice Date
8/14/2020 4:31:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q1049
 
Response Due
8/28/2020 9:00:00 AM
 
Archive Date
10/27/2020
 
Point of Contact
Dolores Sachuk-Thompson, Contract Specialist, Phone: (585) 297-1460 x72383
 
E-Mail Address
Dolores.Sachuk-Thompson@va.gov
(Dolores.Sachuk-Thompson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 7 Page 1 of COMBINED SYNOPSIS/SOLICITATION ANNUAL FIRE ALARM SYSTEM TESTING CANANDAIGUA VA MEDICAL CENTER This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.Sam.gov on RFQ reference number: 36C24220Q1049. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 (eff. 07/20/20). This procurement is being issued as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except Locksmiths), with a small business size standard of $ 22 Million. The Contractor shall provide pricing to provide Annual Preventative Maintenance, Testing and Inspection of the Fire Alarm System and fire pump, with a one-time replacement of the backup battery boxes currently in use at the Canandaigua VAMC for a base plus the provision of four option years. See table below: Line item Description Number of Jobs Total Cost per year 1a. One-Time Replacement of 16 battery backup boxes and 32 batteries Period of Performance October 1, 2020 December 31, 2020 1 1b. Base Year: Building 37 IRM Suite : Perform annual fire alarm system testing and inspection of main fire alarm (Simplex) panel, preventative maintenance and any software updates for the Canandaigua VAMC. Period of Performance: October 1, 2020 September 30, 2021 1 1c. Base Year: Building 12 Fire pump testing: Annual testing and inspection of Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform needed preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2020 September 30, 2021 1 Total Base Year 2a. Option Year 1: Building 37 IRM Suite : Perform annual fire alarm system testing and inspection of main fire alarm (Simplex) panel, preventative maintenance and any software updates for the Canandaigua VAMC. Period of Performance: October 1, 2021 September 30, 2022 1 2b. Option Year 1: Building 12 Fire pump testing: Annual testing and inspection of Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform needed preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2021 September 30, 2022 1 Total Option Year 1 3a. Option Year 2: Building 37 IRM Suite : Perform annual fire alarm system testing and inspection of main fire alarm (Simplex) panel, preventative maintenance and any software updates for the Canandaigua VAMC. Period of Performance: October 1, 2022 September 30, 2023 1 3b. Option Year 2: Building 12 Fire pump testing: Annual testing and inspection of Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform needed preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2022 September 30, 2023 1 Total Option Year 2 4a. Option Year 3: Building 37 IRM Suite : Perform annual fire alarm system testing and inspection of main fire alarm (Simplex) panel, preventative maintenance and any software updates for the Canandaigua VAMC. Period of Performance: October 1, 2023 September 30, 2024 1 4b. Option Year 3: Building 12 Fire pump testing: Annual testing and inspection of Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform needed preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2023 September 30, 2024 1 Total Option Year 3 5a. Option Year 4: Building 37 IRM Suite : Perform annual fire alarm system testing and inspection of main fire alarm (Simplex) panel, preventative maintenance and any software updates for the Canandaigua VAMC. Period of Performance: October 1, 2024 September 30, 2025 1 5b. Option Year 4: Building 12 Fire pump testing: Annual testing and inspection of Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform needed preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2024 September 30, 2025 1 Total Option Year 4 Total Contract Cost (Grand Total) Description of requirement: The Contractor shall provide Annual Preventative Maintenance, Testing and Inspection of the Fire Alarm System and fire pump, with a one-time replacement of the backup battery boxes for the Canandaigua VA Medical Center (VAMC) as identified below. Statement of Work for Preventative Maintenance, Testing and Inspection of the Fire Alarm System at the Canandaigua VA Medical Center Background: This is a requirement for a firm-fixed purchase order for the labor, tools, equipment and materials necessary to complete the following: One-time replacement, within 90 days of contract commencing, of the backup battery boxes currently in use and the batteries in those boxes, defined further in the Scope of Work. The annual testing, inspection, service/maintenance of the Building 37 IRM Suite, Simplex fire alarm system and any software upgrades to the control panel. Annual testing, inspection, service/maintenance of the Building 12 fire pump. The pump is a Centrifugal size 8x6x12F-S, type 8100 model. All work shall be performed at the Department of Veterans Affairs Medical Center, Canandaigua location, 400 Fort Hill Avenue, Canandaigua, NY 14424. Period of performance for items 2 and 3, shall be from October 1, 2020 September 30, 2021 with a provision of four (4) option years. Service: Work shall be performed Monday Friday between 8:00 am and 4:00 pm, EST or at a time predetermined with the Contracting Officer Representative (COR) and Vendor. Excluded Federal holidays are as follows: New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day or any other holiday determined by the President of the United States. Scope of Work: Vendor shall provide all labor, materials, tools and equipment to perform testing, maintenance, cleaning and calibration of all Fire Alarm components in accordance to the latest edition of National Fire Protection Association (NFPA) 72; Chapter 7 (Section 7.6) , Inspection, testing and maintenance , the Original Equipment Manufacturer (OEM); Simplex or Centrifugal and the VA standards. Any conflict between those sources shall be immediately reported to the Contracting Officer Representative (COR) for resolution. All work shall be performed using National Institute for Certification in Engineering Technologies (NICET) certified technicians, with experience using tools and equipment specific to the industry acceptable standards. The COR may at any time deem any tool, technician or method unacceptable based on their final inspection/acceptance of service. Specifications: Building various: During the first 90 days of the base year of this contract, the backup battery boxes as well as the existing batteries shall be replaced. This changeout shall consist of ; 16 new battery boxes, 32 new 12V100AH power sonic batteries as well as any associated conduit and wiring. The contractor shall label all batteries with the installation date and remove and properly dispose of the batteries to comply with Environmental Protection Agency (EPA) standards. Building 37 IRM Suite: Vendor shall perform annual fire alarm system testing and inspection of the main fire alarm panel, preventative maintenance as specified by the manufacturer, Simplex, and any software updates. Building 12 Fire pump: Vendor shall perform annual testing and inspection of the Building 12 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform any needed preventative maintenance. Vendor Requirements: All testing shall be in accordance to the latest edition of National Fire Protection Association (NFPA) 72, Chapter 7 (Section 7.6), Inspection, testing and maintenance, the OEM (Simplex or Centrifugal) and the VA standards. Vendor technicians shall be properly trained on the equipment and NICET certified and provide COR with all licenses, certifications and all other proof of industry-specific training prior to work being performed. Vendor shall perform all annual testing and return the system to working order, within same visit. Maintenance, Inspection and Testing Records shall be provided to the COR within 3 days after completing the inspection and testing Notification of any major deficiencies shall be reported to the COR at the time of inspection. Government Requirements: Government shall provide access to each area for the vendor to complete testing Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: Solicitation number for this requirement as 36C24220Q1049. Name, address and telephone number of offerors . Technical description of services to be performed in accordance with the Statement of Work . Terms of any express warranty, if applicable . Price. Acknowledgement of any solicitation amendments. Past performance information . A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation . Attach appropriate certification certificates. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addendum to FAR 52.212-1 : 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualification of the offeror s capability statement. Provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Provide certificates of training, on specified equipment for National Institute for Certification in Engineering Technologies (NICET) certified technicians working on-site. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance based on information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. A written notice of award or acceptance of an offer, mailed or otherwise furnished to a successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2020) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.beta.sam.gov). Representations, Certifications, and SAM must be current at submission. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addendum to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)- applicable provisions and clauses noted in blue below: 852.203-70 Commercial Advertising (MAY 2018) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019 DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.237-75 Key Personnel (OCT 2019) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204.10 Reporting Executive Compensation & First-Tier Subcontract Awards ( JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) The Service Contract Act of 1965 does apply to this procurement, see attached wage determination. N/A This is a total SDVOSB set-aside combined synopsis/solicitation for the Annual Preventative Maintenance, Testing and Inspection of the Fire Alarm System with a one-time replacement of the backup battery boxes currently in use at the Canandaigua VAMC defined herein. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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: The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 12:00 PM EST, Friday, August 28, 2020. This requirement shall be awarded as a firm fixed-price purchase order. The Government shall only accept electronic submissions via email. Please send all quotations to Dolores.Sachuk-Thompson@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Wednesday, August 26, 2020 @ 12:00pm EST. Any questions regarding this solicitation should be emailed to Dolores Sachuk-Thompson, Contract Specialist; Dolores.Sachuk-Thompson@va.gov .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bbb2f8e829bc479c926537349a1eebe1/view)
 
Place of Performance
Address: Department of Veterans Affairs Canandaigua VAMC 400 Fort Hill Avenue, Canandaigua, NY 14424, USA
Zip Code: 14424
Country: USA
 
Record
SN05758296-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.