United States - FIRE PROTECTION SERVICES

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
28 June 2019
Opportunity publication date
15 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 14, 2019 4:48 pm

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) This Request for Quotation (RFQ) is being issued via solicitation number 75H70719Q00057.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98.

(iv) Pursuant to the authority under FAR 19.5. This requirement is a Small Business Set-Aside and only qualified Offerors may submit bids. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160.

(v) The Contract Line Items (CLIN) and pricing structure are as shown below: Fire Protection System Services.

(vi) Fee Schedule: Fire Protection System Services will be purchased.
SEE ATTACHMENT (Fee Schedule)

(vii) The purpose of this fixed price purchase is to procure Fire Protection System Services with the following Scope of Work:

GENERAL
A. Services:
The purpose of this contract is to provide specialized testing, inspection services and repair work to ensure that the AAIHS facilities/buildings are in compliance with NFPA and Joint Commission accreditation requirements regarding the Fire Protection systems.

The Contractor for this work shall provide all material, equipment, labor, tools, etc., to perform the required inspection of and repair work to the Fire Protection Systems as described and at the facilities located within the Santa Fe Service Unit, Albuquerque Area Indian Health Service (AAIHS), and Taos Picuris Service Unit, Albuquerque Area Indian Health Services (AAIHS).

B. Location of Work:
The work is to be performed at the Santa Fe Indian Hospital, and the Dental Clinic. Located on 1700 Cerrillos Road, Santa Fe, New Mexico 87505. The Taos Picuris Health Center is located on 1090 Goat Springs Road, Taos, New Mexico 87571. The required work shall be inclusive of all buildings and facilities described in this SOW. The San Felipe Health Center is located at 4 Cedar Street, San Felipe Pueblo, NM 87001.

C. Minimum Qualifications Requirements:
The Contractor shall meet the qualification requirements and possess the required experience as follows:

1. Have a minimum of five (5) years' experience in the Fire Protection System industry and in the work of inspecting systems for compliance with code requirements.
2. Have performed similar type projects in scope and size within the last two (2) years.
3. Have experience in the New Mexico/Arizona/Texas/Colorado geographical area.
4. Have the ability, including equipment and personnel, to provide reports and drawings as required elsewhere in this Scope of Work (SOW) within 30 calendar days after completion of work at each facility.

D. Facility Overview and Procedures:

1. The Contractor shall attend and participate in an initial meeting with the Project/Facility Manager, Supervisory Maintenance Mechanic and Maintenance staff within two weeks from the date of award from the Contracting Office. The pre-performance meeting agenda shall include, at a minimum, a review of the specific facility's Contractor procedures, safety and security measures, work schedule, and any required coordination.

2. The Contractor shall provide a detailed written schedule and sample report for the Service Unit at the pre-performance meeting. These documents shall be reviewed to ensure that the reporting periods meet all facility and code requirements.

3. The Contractor shall perform all work during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal Holidays. Authorization other than normal work hours shall be coordinated and approved in advance with the Facility/Project Manager.

4. The scheduled work shall be coordinated with the respective Facility Maintenance Contact. The inspections and all work are to be completed while the facilities remain in operation. The Contractor shall ensure that the services do not disrupt patient care. Per Service Unit policies all professionals and crew members scheduled to provide services at the designated facilities are required to complete the appropriate Government forms for background and security clearance. Services are to be scheduled according to NFPA Life Safety 101 for quarterly, semi-annual, and annual inspections.

5. The Contractor shall sign in and out with the Facility Maintenance office during every visit. A Contractor's badge shall be provided to each crew member on-site and shall be worn as work is performed. Badges shall be returned at the end of the work day or at the end of the service period as determined by the Facility/Project Manager.

6. The Contractor shall adhere to all policies, standards, and requirements of the respective facility while on-site. Safety procedures shall be strictly adhered to at all times.

WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT
Wage Determinations under the Service Contract Act by Direction of the Secretary of Labor are hereby incorporated under WD 15-5451 (REV-7) from the www.wdol.gov on 01/01/2019.

PROJECT DESCRIPTION:
The Contractor shall perform quarterly and annual inspections on the referenced systems as follows:

A. Santa Fe Indian Hospital and Santa Fe Indian Dental Clinic- Fire Sprinkler system:
1. The Contractor shall provide Riser Inspection services every quarter or from last inspection report date in accordance to the NFPA 25 and CMS standards. Services shall include inspection of sprinklers system risers and vertical sprinkler pipe valves in which the contractor shall inspect, remove debris and replace all worn-out and defective parts as necessary.

2. The Contractor shall inspect the Dry Fire Sprinkler system quarterly and annually or according to NFPA 25. Services shall include inspection of dry sprinkler system riser and vertical pipe valves in which the contractor shall inspect, remove debris, ensure there are no air leaks, and replace all worn-out or defective parts as necessary. The contractor shall also inspect and service the air compressor attached to the system riser, repair or replace all worn-out and defective parts as necessary.

3. The Contractor shall test, inspect and repair, if necessary, the Fire Sprinkler Back Flow Preventers annually. The Contractor shall ensure backflow preventers operate effectively by insuring that the aquifer ground water connected to the facility buildings does not allow back flow of water back into the aqua ground water. The Contractor shall ensure proper water pressure is maintained in water pipes for normal water heating and safe water drinking conditions by performing a pressure test. If parts are in need of replacing due to wear, malfunction, inoperability, or defect, the Contractor shall notify the Facility Maintenance and repair the system.

4. The Contractor shall test, inspect and repair, if necessary, the Hospital Kitchen Hood Protection System (Wet Chemical Fire Control) semi-annually per NFPA 96. Services shall include inspection of Kitchen Hoods to ensure that no vapors are released into others areas of the building and the kitchen hood ventilations operate properly by letting vapors into the outside air. The Contractor shall repair and/or replace the system as necessary to ensure operation is in compliance with the applicable codes.

5. The Contractor shall test and inspect emergency automatic fuel shut off valve annually according to NFPA 96. The Contractor shall repair and/or replace the system as necessary to ensure safe and proper operation is in compliance with the applicable codes.

6. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance with NFPA 10. The Contractor shall keep record of all fire extinguisher tests and ensure all inspections are done in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform 6yr hydrostatic testing of all fire extinguisher and replace if necessary.

7. The Contractor shall test and inspect all risers for the required five-year service in accordance to NFPA 25. Service inspection shall include inspection of all system risers and associated parts. The contractor shall remove debris and replace all warn out and defective parts as necessary. The contractor shall include photos of the inside of the piping to show wear and tear.

B. Taos Picuris Service Unit (Taos Picuris Health Center) - Fire Sprinkler System

1. The Contractor shall provide Riser Obstruction services every quarter or from last inspection report date in accordance to the NFPA 25. Services shall include inspection of sprinklers system risers and vertical sprinkler pipe valves in which the contractor shall inspect, remove debris and replace all worn-out /defective parts as necessary.

2. The Contractor shall test, inspect and repair, if necessary, the Fire Sprinkler Back Flow Preventers annually. The Contractor shall ensure backflow preventers operate effectively by insuring that the aqua ground water connected to the facility buildings does not allow back flow of water back into the aquifer ground water. The Contractor shall ensure proper water pressure is maintained in water pipes for normal water heating and safe water drinking conditions by performing a pressure test. If parts are in need of replacing due to wear, malfunction, inoperability, or defect, the Contractor shall notify the Facility Maintenance and repair the system.

3. The Contractor shall test and inspect all risers for the required five years' service in accordance to NFPA 25. Service inspection shall include inspection of all system risers and associated parts. The contractor shall remove debris and replace all warn out and defective parts as necessary. The contractor shall include photos of the inside of the piping to show wear and tear.

4. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform six years' hydrostatic testing on all fire extinguishers and replace is necessary.

C. San Felipe Health Center- Fire Extinguishers

1. The Contractor shall examine, inspect, tag and date all fire extinguishers annually in accordance to NFPA 10. The Contractor shall keep record of all fire extinguisher tests and ensure all inspections are done in accordance to NFPA 10. The Contractor shall replace all faulty fire extinguishers and shall issue certification that all are in excellent working condition. The Contractor shall perform a 6yr hydrostatic testing on all fire extinguishers and replace if necessary.

DELIVERABLES:
The Contractor shall provide the following reports for each location and each site visit:

A. Service Orders:

1. The Contactor shall provide service reports or work orders for certification that satisfactory services have been received in accordance with the scope of work and as required by NFPA.

B. Inspection Reports:

1. The Contractor shall provide written detailed inspection reports of every site visit and every service procedure performed. This shall include, at a minimum, date of performance, name of Technician, location, test results, all repairs, and deficiencies discovered, problems and comments on overall condition of fire protection System.

PERIOD OF PERFORMANCE:
Period of performance will be from TBD, 2019 through TBD, 2020 with four one (1) year options for renewal.

If the Government exercises its option to renew pursuant to FAR Clause 52.271-9, Option to Extend the Term of the Contract, the following schedule shall prevail:
Base and Four 12 Months Option Years:

Base
TBD, 2019 to TBD, 2020
Option Year 1
TBD, 2020 to TBD, 2021
Option Year 2
TBD, 2021 to TBD, 2022
Option Year 3
TBD, 2022 to TBD, 2023
Option Year 4
TBD, 2023 to TBD, 2024
SITE VISIT:
Contractor are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Thomas Dodge (COR) at (575) 759-3291, ext. 346 prior to making arrangement for the site visit.

ADMINISTRATIVE REQUIREMENTS:

• Point of Contact - Contractor shall provide a point of contact that shall be responsible for the performance of the work. This individual shall have full authority to act for the Contractor on all matters relating to the daily operation of the contract. The Contractor shall designate this individual in writing to the Contracting Officer (CO) before the contract start date. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the primary point of contact. The point of contact shall be available 24 hours a day, seven days a week including federal holidays.

• Upon arrival, Contractor will check in with the Facilities Maintenance Office.

REVIEW, APPROVAL AND EVALUATION:
The Contracting Officer or his/her duly authorized representative shall review and approve services provided under the terms and conditions of the contract.
The Contracting Officer, the designated Contracting Officer's Representative (COR) and the Contractor shall evaluate the services during the term of the contract and the report of the evaluation will be made a part of the official contract file. The Evaluation will be objective and directed toward the progress made in meeting contract objectives and statement of work, resolve problems encountered, clarify issues that may arise unexpectedly and to evaluate the accomplishments. The evaluation will be conducted on dates mutually agreed to by all parties.

QUALITY ASSURANCE:
The Contractors performance shall be subject to review as part of the Service Units Quality Assurance Program. The review will consist of assignments accomplished and supervisory review of work. The contractor is required to correct any deficiencies identified. Failure to take corrective action may result in termination of the contract, and may also be terminated for cause if facilities are endangered or harmed as a result of the contractor's action.

CONTRACTING OFFICER'S REPRESENTATIVE:

The Contractor shall verify all installation with the COR:
Thomas Dodge, Supervisory Civil Engineer, Jicarilla Service Unit
Jicarilla Service Unit
P.O. Box 187, 500 Mundo Road
Dulce, New Mexico 87528-0187
(575) 759-3291, ext. 346
(viii) The delivery and acceptance terms for this order are Origin, 5 days or next scheduled delivery after Receipt of Award.

(ix) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:

1. Solicitation number.

2. Name, address, telephone number of the offeror and email address of the contact person.

3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

4. Completed Pricing Information and discount terms if applicable.

5. A completed copy of the representations and certifications at FAR 52.212-3.

6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(x) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation.

a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price.

b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the 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.

(xi) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal .

(xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are darrell.chino@ihs.gov and alb_aoapinvoices@ihs.gov. Invoice shall be submitted once delivery has been completed.

(xiii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Jan 2019), and the additional FAR clauses cited in the clauses are applicable to the acquisition.

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509))
(3) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)
(4) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d) (2) and (3)).
(5) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))
(6) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)).
(7) 52.222-3, Convict Labor (June 2003) (E.O. 11755)
(8) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)
(9) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(10) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)
(11) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
(12) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)
(13) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
(14) 52.225-1 Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
(15) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332)
(16)52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
(17) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)).

(xiv) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices:

a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/.

1) FAR 52.217-8, Option to Extend Services (Nov 1999)
2) FAR 52.236-12, Cleaning Up (Apr 1984)

b) The following HHSAR clauses are incorporated to this RFQ:
1) 352.211-3, Paperwork Reduction Act (DEC 2015)
2) 352.226-1, Indian Preference (DEC 2015)
3) 352.226-2, Indian Preference Program (DEC 2015)
4) 352.227-70, Publications and Publicity (DEC 2015)

(xv) N/A

(xvi) Proposals are due by 4:00 pm MST on June 28, 2019, e-mails the proposals to darrell.chino@ihs.gov. Questions are due on June 26, 2019 by 4:00 pm MST. Offer must confirm the receipt of the proposal by IHS.

(xvii) Technical Contact is Thomas Dodge at thomas.dodge@ihs.gov. Contact for solicitation is Darrell Chino at darrell.chino@ihs.gov.

Opportunity closing date
28 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services Albuquerque Area Office United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?