Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
SPECIAL NOTICE

S -- FIRE PROTECTION/FIREFIGHTERS

Notice Date
7/11/2025 8:35:39 AM
 
Notice Type
Special Notice
 
NAICS
922160 — Fire Protection
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25225Q0584
 
Response Due
7/18/2025 7:00:00 AM
 
Archive Date
10/25/2025
 
Point of Contact
Lori Eastmead, Contract Specialist, Phone: 414-844-4840
 
E-Mail Address
lori.eastmead@va.gov
(lori.eastmead@va.gov)
 
Awardee
null
 
Description
Under Statutory Authority 41 U.S.C. 1901 the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with the City of Danville for fire suppression services to include emergency services, confined space entry rescue, decontamination capabilities and hazardous material spill response to Illiana Health Care System and Danville National Cemetery located at 1900 East Main Street, Danville, Illinois. This acquisition is conducted under the authority of 41 U.S.C. 1901 Simplified acquisition procedures as implemented in FAR 13.501, only one responsible source and no other supplies or services will satisfy agency requirements. This will be a firm fixed price contract for a one-year base period and four one-year option periods. The NAICS Code is 922160. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available, and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products and services to the Contracting Officer by 9:00AM Local Time on 07/18/2025. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Responses received will be evaluated; however, a determination by the Government not to compete with the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source negotiation with the City of Danville. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Lori Eastmead at Lori.Eastmead@va.gov. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. Statement of Work Provide fire response, fire suppression, and emergency services to include confined space entry rescue, decontamination capabilities and hazardous material spill response to Illiana Health Care System and Danville National Cemetery located at 1900 East Main Street, Danville, Illinois. Contractor is required to respond to all fire alarms and emergency calls on a 24 hour, 7 days a week, 365 days per year basis. The Contractor shall provide all labor, equipment, materials, supplies, and travel to answer all calls and/or alarms for fire protection or emergency assistance at Illiana Health Care System and Danville National Cemetery. The fire protection to be furnished under this contract shall apply to all buildings and grounds owned by Illiana Health Care System and Danville National Cemetery that are located on the premises of 1900 East Main Street, Danville, Illinois. This protection extends to all equipment and materials located therein. The Contractor must have a station located within 3.5 miles and the physical capability to respond with minimum of four trained, full-time professional firefighters on duty and type of apparatus to a fire alarm and/or fire emergency call at any location on the grounds of the Illiana Health Care System and Danville National Cemetery within a maximum of eight (8) minutes. The response time will be calculated as being from the moment of receipt of the alarm and/or emergency call until the first responding engine company arrives and comes to a full stop at the site of the fire suppression incident. The firefighters are permitted to arrive on more than one vehicle; however, the first four responding firefighters must be located within the 3.5-mile travel distance The first alarm fire response shall have at minimum the following equipment and manpower: At least one pumper fire apparatus with a minimum capacity of 1,000 gpm that is equipped with hoses and other accessories complying with NFPA 1901 including a minimum of four trained, full time professional firefighters on duty capable of response always as required. The contractor shall ensure that adequate staffing levels are maintained. Firefighters shall meet the minimum National Fire Protection Association (NFPA) requirements. Contractor shall have adequate staff and equipment to respond to a second alarm if needed per NFPA 1710. The contractor shall respond and provide confined space rescue when requested. The contractor shall provide rescue equipment and ensure confined space rescue responders meet all OSHA requirements (29CFR1910.146) for confined space rescue. The contractor shall respond to hazardous material spills when requested. The contractor shall abide by all requirements of Federal, State, and local laws regarding emergency responders at hazardous material incidents. The contractor shall have an emergency response plan to handle anticipated hazardous material emergencies as outlined in Title III of Superfund Amendments and Reauthorization Act of 1986 (SARA). Contractors shall provide equipment and materials for hazardous material spill response and ensure hazardous material spill responders are trained in accordance with OSHA (29CFR1910.120). The contractor shall respond and provide decontamination of contaminated victims when requested. The contractor shall provide decontamination equipment and personal protective equipment to meet all OSHA requirements (29CFR1910.132). Contractor-Furnished Property: Contractor shall furnish all materials, equipment, and tools necessary to safely and properly perform the tasks specified. Contractor s equipment shall comply with all safety standards. The Contractor shall provide all vehicles required to fulfill the requirements of this contract. Vehicles shall meet NFPA 1901 Standards and meet applicable local, State and Federal safety requirements. Government Furnished Equipment: A. Illiana Health Care System will maintain a direct connection from its fire alarm system to a Central Monitoring Station, as required by NFPA standards, that will notify the contractor s facility to automatically summon the contractor whenever any fire alarm device is activated at the facilities. B. Illiana Health Care System will furnish, install, and maintain fire hydrants for use by the contractor. Illiana Health Care System shall also furnish, inspect, and maintain fire extinguishers and alarm systems located on Illiana Health Care System and Danville National Cemetery property. Contractor Oversight: Contractor shall designate in writing a Contract Manager (Fire Chief or other designee) responsible for the overall management and coordination of the contract, contractor s workforce and act as the central point of contact with the government. The contractor will notify the VA Contracting Officer immediately if or when the City s Contract Manager changes. Quality Control: Contractor shall establish a complete quality control program to ensure that all services are provided as specified in this statement of work. Conflicts: A. To the extent of any inconsistency between the provisions of this contract, and any schedule, rider, or exhibit incorporated in this contract by reference or otherwise, or any of the contractor s rules and regulations, the provisions of this contract shall control. B. Parties of Interest: This contract shall be binding upon and insured to the benefit of the successors, legal representatives, and assignees of the respective parties hereto. Liability Insurance: A. Contractor shall comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statures, they shall be covered under the employer s liability section of the insurance policy, except when the contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. B. The contractor shall maintain bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Automobile liability: The contractor shall maintain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all vehicles used in the performance of the contract. Policies covering vehicles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality to meet normal and customary claims.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/452eb7ed50db4a98954b31d390686520/view)
 
Record
SN07506422-F 20250713/250711230040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.