New Hampshire Bids > Bid Detail

H112--LIFE SAFETY CODE SERVICES

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159994736463329
Posted Date: Apr 2, 2024
Due Date: Apr 9, 2024
Solicitation No: 36C24124Q0417
Source: https://sam.gov/opp/dbe781529f...
Follow
H112--LIFE SAFETY CODE SERVICES
Active
Contract Opportunity
Notice ID
36C24124Q0417
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 08:57 am EDT
  • Original Response Date: Apr 09, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
  • Product Service Code: H112 - QUALITY CONTROL- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541350 - Building Inspection Services
  • Place of Performance:
    VAMC Manchester 718 Smyth Road Manchester , NH 03104
    USA
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.

If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 541350, (Building Inspection Services) size standard is $11.5 million.
The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing LIFE SAFETY CODE SERVICES at the Manchester VAMC per the Statement of Work below.

This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.

Submission Instructions: Interested parties who consider themselves qualified to (perform the services/provide these supplies) are invited to submit a response to this Sources Sought Notice by 12:00PM EST, 9 April 2024. All responses under this Sources Sought Notice must be emailed to christopher.letsinger1@Va.Gov and David.Valenzuela2@VA.Gov with Sources Sought #36C24124Q0414 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.

Attachment 1 Sources Sought Worksheet
QUALIFICATION INFORMATION:

Company / Institute Name:
Address:
Phone Number:
Point of Contact:
E-mail Address:
Unique Entity Identifier (UEI) #:
CAGE Code:
SAM Registered: (Y / N)
Other available contract vehicles applicable to this source sought (GSA/FSS/NASA SEWP/ETC):

SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N)
Small Business: (Y / N)

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.

CAPABILITY STATEMENT:

Provide a brief capability and interest in providing the service as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.





Attachment 2

STATEMENT OF Conditions, Statement of WORK

Title: LIFE SAFETY CODE SERVICES

Place of Performance: VAMC Manchester 718 Smyth Road NH 03104
Period of Performance: April 30, 2024, to April 29, 2029, Base FFP Contract

Objective

The Life Safety Code Assessment (LSCA formerly the Statement of Conditions or SOC) is performed to confirm that the building and its inherent fire protection features will protect the lives of patients and staff during a fire. This program also needs to meet the requirements of the VA Administration, CMS, and other applicable Accrediting Organization (AO) requirements for Life Safety Compliance Assessments and maintaining current and accurate drawings. This program will be evaluated based on the updated life safety requirements and the 2012 and 2018 Edition of the Life Safety Code.

Kickoff + Survey

Have an initial communication with facility representatives to establish the schedule and to confirm that appropriate information will be available before the on-site survey (e.g., floor plans, necessary policies, step ladder, basic building information).

2. Conduct an in-person meeting with facility leadership and the life safety team to review life safety compliance status, processes, and initiatives. We will provide feedback to the team on current life safety trends, hot topics, and interpretations.

3. As part of proposed Scope of Services, conduct a Life Safety survey of the following
buildings: Manchester VA Medical Center bldgs. 1, 15, 18

4. Survey will include the following:
Field conditions assessment of the required building life safety features documented in Drawing. Condition of life safety features will be evaluated against Life Safety Code.
requirements and AO requirements for the occupancy.
Below-ceiling building areas will be surveyed if accessible, including rooftops, penthouses, machine rooms, elevator machine rooms, interstitial spaces, shafts, chases, units/department, egress components and building separations.
Above-ceiling building areas will be surveyed if/where accessible, including shafts, chases, exit stairs, fire/smoke-resistance rated walls/barriers, corridor walls, sprinkler lines, open electrical junction boxes and smoke/fire dampers.
If barrier walls are found to be inadequate or significantly deficient, identify and survey alternative solutions for wall alignment.
During the survey, items that are discovered that pose an immediate threat to life safety will be brought to the attention of facility leadership as appropriate.

5. Based on facility leadership and life safety team availability, conduct an in-person post-survey closeout meeting to convey critical findings and confirm the next steps. Prioritization of deficiency remediation as part of Post Survey Consulting.

Survey Report

Provide a life safety deficiency report (one hard copy and one soft copy PDF/Excel). The report will contain all deficiencies identified during our Life Safety Survey and NFPA 101, AO and/or CMS code references as applicable. Each deficiency listed will include recommended remedial actions.

The report will indicate a list of areas that were unable to gain access for inspection (e.g., resident rooms, asbestos, scheduling conflicts, patient activities, lack of escort access, and other extenuating circumstances).

Life Safety Drawing Services

1. Provide one set of field-verified Life Safety Compliance Drawings in AutoCAD format (one hard copy with an electronic copy delivered via secure file transfer protocol), including the following features:
Identification of occupancy classification, smoke compartmentation (boundaries, size and whether sprinkler-protected) and suites (boundaries, sleeping or non-sleeping, size), as designated by Client.
If applicable/requested, any approved equivalencies or waivers applicable to life safety systems, as provided by Client.
Required Smoke Barriers
Required 1- & 2-Hour Fire Barriers and 1 & 2 Hour Building Separations
Required Rated Corridor Walls
Required Exits, including Horizontal Exits, Exit Stairs, Exit Passageways, Exterior Exit Discharge
Known Vertical Openings
Linen and Trash Chutes
Hazardous Areas
Fire Extinguishers
Smoke/Fire Dampers
Updated Deficiency Location drawings (as applicable). These drawings will indicate deficiency locations utilizing unique deficiency ID nomenclature.
A summary sheet will be provided for staff training purposes which includes key definitions and building features.

Post Survey Consulting

Provide up to four (4) hours of general consulting or AutoCAD services to support post-survey compliance efforts. This time may be used for the following activities, at the direction of Client:

Survey Findings: Assist in developing remediation plans for specific deficiencies. A final report incorporating resolved deficiencies may be generated at Client s request. Support prioritizing deficiency remediation can also be provided.
Drawing Updates: Any drawing updates provided by the client off-cycle to on-site surveys as part of the LSCA or Continuous Readiness program.

Support in addressing alternative ways to review spaces (suites, etc.) to reduce overall construction/maintenance costs while maintaining compliance and best practices.

Waivers: Assist in evaluating equivalency or waiver options. Submittals are only permitted following a citation by an authority having jurisdiction (AHJ)/AO. Waivers may be followed by submitting for a Fire Safety Evaluation System (FSES), the development of which is considered Additional Services.

Alternative Life Safety Measures (ALSM): Assist in developing and recommending appropriate procedures for the temporary resolution of life safety deficiencies.
Performance Requirements

Hours of Coverage
Normal hours of coverage are Monday through Friday from 7:00 a.m. to 4:30p.m., excluding holidays. All service shall be performed during normal hours of coverage unless requested or approved by COR or his/her designee.

Arrival and Check-In Requirements

The Contractor shall be required to report to the COR, to log in. This check in/check out is mandatory. Upon check in, ALL members of Contractor group must sign out a CONTRACTOR badge.
All CONTRACTOR badges must be returned and logbook signed, at the end of each shift.

Competency Of Personnel Servicing Equipment:

Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup.

"Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the inspection, testing and maintenance of fire and smoke dampers, IAW the most recent edition of NFPA 80.

The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment.

If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval.
Identification, Parking, Smoking and VA Regulations

The Contractor's FSEs shall always wear visible identification while on the premises of the VAMC.
It is the responsibility of the Contractor to park in the appropriate designated parking areas. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions.
Smoking is prohibited inside any buildings at the VAMC.
Possession of illicit drugs, alcohol, and weapons are prohibited. Enclosed containers, including tool kits, shall be subject to search.
Proper PPE shall be worn, as necessary to the task being performed and/or the area, where work is being conducted.
Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court and immediate dismissal from the site.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 02, 2024 08:57 am EDTSources Sought (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 >