The RFP Database
New business relationships start here

Fire Alarm Sys Test & Insp VA Greater Los Angeles Sepulveda and Los Angeles Ambulatory Care Centers


California, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 System Inspection and Testing
1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide inspection and testing of the fire alarm and fire protection systems at the Sepulveda and Los Angeles Ambulatory Care Clinics.
1.c. Project Location: VA Greater Los Angeles Healthcare System
1.c.1. Sepulveda Ambulatory Care Center at 16111 Plummer St, North Hills
1.c.2. Los Angeles Ambulatory Care Center at 351 East Temple St. Los Angeles
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0017.
1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside.
1.f. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors.
1.g. Small Business Size Standard: $15 Million
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: Base Year with Four (4) Option Years
1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 13
1k. Job walk will be conducted at 0900 on Thu, Oct 17, 2019. Participants will meet in the lobby of the LAACC, 351 East Temple St. Los Angeles. Please email peter.kim33@va.gov to indicate intent to participate.

2. Statement of Work

2.1. Objective. VA Greater Los Angeles is seeking to establish a contract for fire alarm and fire protection inspection and testing for the Sepulveda and Los Angeles Ambulatory Care Clinics to comply with VA, local and TJC codes and standards.

2.2. Background. The Sepulveda and Los Angeles Ambulatory Care Clinics require testing and inspection of the fire alarm and fire protection systems by a licensed and certified fire alarm vendor to satisfy local, VA, and TJC requirements.

2.3. Scope. All work shall be performed on the Sepulveda facility at 16111 Plummer St, North Hills and at LAACC 351 East Temple St. Los Angeles in accordance with Life Safety Code Edition: VHA facilities are designed and inspected in accordance with the latest edition of the codes and standards published by the National Fire Protection Association (NFPA).
The services will include the testing, inspection, and service of all fire alarm devices and FACPs. This service shall provide all testing documentation required to meet Joint Commission requirements and VA Environment of Care standards EC 02.03.05, 1,2,3,4 on current NFPA codes.
The inspection, testing, and maintenance program of this contract shall satisfy the requirements of the NFPA, shall conform to the equipment manufacturer s recommendations, and shall verify reliable operation of the fire alarm and fire protection system.

2.3.a. General Requirements

2.3.a.1. Potential vendors must possess a State of California contractor license for C10 (electrical) and C16 (Fire Protection).

2.3.a.2. Buildings. Contractor shall provide services at two sites under this contract.
2.3.a.2.a. LAOPC. One (1) building at 351 E Temple St. to have testing and inspection to include the fire pump annual testing and five (5) year sprinkler inspection.
2.3.a.2.b. Sepulveda Ambulatory Care Center. Buildings at 16111 Plummer St. to have testing and inspection preformed are B200, B202, B201, B99, B63, B62, B25, B24, B22, B20, B10, B07, B01 (NOTE: B4, B5, B21 omitted) Testing and Inspections include annual fire pump inspection in building 200 and building 10; and five (5) year sprinkler inspections.

2.3.a.3. Testing check list: The contractor shall prepare documentation for inventory and survey of all fire alarm system components to be inspected, tested and maintained in the system. Contractor shall use the form supplied by the VA and shall submit completed forms to the VA Compliance Officer and Facility Manager.

2.3.a.4. Notification Requirement
Prior to any work commencing on fire alarm systems that are part of this contract, the contractor shall contact the VA engineering facility manager to arrange a site visit to the property. Site visits will not be allowed without prior notification to the facility manager or engineering supervisor.
Before proceeding with any testing, all persons and facilities receiving alarm, supervisory, or trouble signals and all building occupants shall be notified of the testing to prevent unnecessary response. The engineering department, and fire monitoring companies shall be notified by the contractor when the system is taken out of operation and when it is returned to operation.

2.3.a.5. Initial Survey. Contractor shall perform an initial survey and visual inspection at the beginning of the contract period to ensure proper operation of all system components. The contractor shall visually inspect fire alarm system components for proper operation, position and condition as appropriate and as recommended by NFPA. The components shall include but not be limited to the following:
2.3.b.5.a. Control Equipment: fire alarm systems monitored for alarm, supervisory, and trouble signals Fuses, Interfaced equipment, lamps and LEDs, primary power supply
2.3.b.5.b. Batteries (UPS), Control Unit Trouble Signals, Fiber Optic Connections
2.3.b.5.c. Emergency Voice/Alarm Communications Equipment
2.3.b.5.d. Sprinkler System alarm devices
2.3.b.5.e. Initiating Devices Air Sampling, Duct Detectors, Electromechanical release devices (magnetic hold open devices), Fire extinguishing systems, Fire alarm boxes, Heat detectors, Radiant energy fire detectors, Smoke detectors, Supervisory signal devices Water flow devices. Alarm Notification Appliances Supervised
2.3.b.5.f. Supervising Station Fire Alarm System Transmitters and Receivers
2.3.b.5.g. After the initial inspection of all fire alarm system components, the contractor shall, in writing, bring to the attention of the VA facility any problems revealed from the inspection. Necessary corrective action will be identified in the written report.

2.3.c. Specific Tasks

2.3.c.1. Annual Tests and Inspection shall include:
2.3.c.1.a. Inspection. A visual examination of a system or portion thereof to verify that it appears to be in operating condition and is free from physical damage.
2.3.c.1.b. Testing.
2.3.c.1.b.1. Contractor shall inspect and test of all audio/visual, magnetic door holds, auxiliary functions (HVAC shut downs, elevator recall) and monitoring stations.
2.3.c.1.b.2. Contractor shall inspect and test all water flow and tamper switches.
2.3.c.1.b.3. Contractor shall test and inspect all smoke detectors, heat detectors, and pull stations.
2.3.c.1.c. Control Equipment Building Systems Functions, fuses, interfaced equipment, lamps and LED s, primary power supply, transponders
2.3.c.1.d. Batteries: Lead Acid - Charger test, Nickel Cadmium Discharge test, load voltage test Sealed Lead Acid Discharge test, load voltage test
2.3.c.1.e. Control Unit trouble signals Audible and visual, Disconnect switches, Ground fault monitoring circuit, Transmission of signals to Central Station
2.3.c.1.f. Heating, Ventilating, and Air Conditioning (HVAC) System - Test fan shutdown operation, test electromechanical operation of smoke dampers, test operation of smoke control system.
2.3.c.1.g. Remote annunciators The correct operation and identification of annunciators shall be verified. If provided, the correct operation of annunciators under a fault condition shall be verified.

2.3.c.2. Annual Sprinkler Testing/Inspection.
2.3.c.2.1. Testing the Main Drain, Inspection of the Sprinkler Heads
2.3.c.2.2. Inspecting Pipes and Fittings.
2.3.c.2.3. Inspecting Control Valves.
2.3.c.2.4. Fire Department Connections. Visually check sprinkler components
2.3.c.2.5. Identification Signs on Equipment.

2.3.c.3. Semi-Annual Testing and inspection
2.3.c.3.1. Waterflows & Tampers

2.3.c.4. Quarterly Sprinkler Inspection.
2.3.c.4.1. Visually check sprinkler components at risers.

2.3.c.5. Annual Fire Pump Testing/Inspection.
2.3.c.5.1. Testing the Fire Pump function to current VA code and standards.
2.3.c.5.2. Check flow calculations of the pump and record numbers
2.3.c.5.3. Check auto start and stop.
2.3.c.5.4. Check Manual start and stop.
2.3.c.5.5. Check relief valves and packing.

2.4. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW.

2.5. Security Requirements. N/A

2.6. Period of Performance. The period of performance will be a base year plus four (4) option years. Normal working hours at the sites are 6 am 3:30 pm, excluding National holidays.

2.6.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

2.6.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: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government.

2.6.c. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein.

2.7. Contractor Personnel Background Requirements.
2.7.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.

2.7.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.

2.7.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.

2.7.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. At this time, 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

2.7.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.

2.8. Contractor Personnel
2.8.a. The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.
Program Manager:
Company Name:
Address:
Phone No:
Email:

2.9. Contractor Employees
2.9.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).
2.9.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.
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.

2.10. 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. ADP SECURITY: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center s ADP Security Committee shall investigate and recommend corrective action to the appropriate agency.

2.11. Insurance Coverage
2.11.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.
2.11.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.
2.11.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.
2.11.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 2019-02, dated 5/6/2019. 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 PDT Monday October 28, 2019 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information
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

Peter Kim
peter.kim33@va.gov

peter.kim33@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP