BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in East Orange, New Jersey. Contact the soliciting agency for additional information.

36CI0X18P0081 COMBINED SYNOPSIS/SOLICITATION COMBINED SYNOPSIS/SOLICITATION FACILITY FIRE PROTECTION SYSTEM TESTING AND MAINTENANCE NEW JERSEY HEALTHCARE SYSTEM EAST ORANGE (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24224Q0176. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01 (eff. 11/14/2023) and VAAR Update 2008-36 (eff. 03/22/2023). (iv) This solicitation is a Total Service-Disabled Veteran-Owned Small Business Set-Aside Open-Market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990: ALL OTHER PROFESSIONAL, SCIENTIFIC, TECHNICAL SERVICES and has a small business size standard of $22 Million. The FSC/PSC is J012: Maint/Repair/Rebuild of Equipment Fire Control Equipment. (v) This is a services contract to provide Facility Fire Protection System Testing and Maintenance for New Jersey Healthcare System East Orange. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: Facility Fire Protection System Testing and Maintenance LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 1 JB 0002 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the semi-annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 2 JB 0003 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the quarterly services stated in Section F: Contractor Required Tasks in the Statement of Work. 4 JB Total Base Year: 1001 Option Year 1: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 1 JB 1002 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the semi-annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 2 JB 1003 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the quarterly services stated in Section F: Contractor Required Tasks in the Statement of Work. 4 JB Total Option Year 1: 2001 Option Year 2: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 1 JB 2002 Option Year 2: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the semi-annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 2 JB 2003 Option Year 2: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the quarterly services stated in Section F: Contractor Required Tasks in the Statement of Work. 4 JB Total Option Year 2: 3001 Option Year 3: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 1 JB 3002 Option Year 3: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the semi-annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 2 JB 3003 Option Year 3: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the quarterly services stated in Section F: Contractor Required Tasks in the Statement of Work. 4 JB Total Option Year 3: 4001 Option Year 4: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 1 JB 4002 Option Year 4: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the semi-annual services stated in Section F: Contractor Required Tasks in the Statement of Work. 2 JB 4003 Option Year 4: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the quarterly services stated in Section F: Contractor Required Tasks in the Statement of Work. 4 JB Total Option Year 4: Base and All Options Total: (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK Facility Fire Protection System Testing and Maintenance Background: The East Orange Campus of the VA New Jersey Health Care System has a requirement for annual, semi-annual, and quarterly inspection, testing, and maintenance (ITM) of the facility s fire protection systems. These systems include portable fire extinguishers, fire alarm system, kitchen hood suppression systems, and wet/dry sprinkler systems with associated piping, valves, and pumps. Regular ITM is required per applicable accreditation and national consensus standards. The Contractor must furnish all labor, management, supervision, tools, materials, equipment, and transportation necessary to provide inspection, testing, and maintenance tasks to ensure system reliability for Wet and Dry Sprinkler Fire Protection Systems, Kitchen Hood Suppression Systems and Portable Fire Extinguishers in accordance with NFPA and Joint Commission requirements including the tasks listed below. Place of Performance: VA New Jersey Healthcare System East Orange Campus 385 Tremont Avenue East Orange, New Jersey 07018 Contractor Certification Requirement: The Contractor employees must be certified by the National Institute for Certifying Engineering Technologies (NICET) in the appropriate Fire Protection sub-field. For Fire Alarm or Fire Sprinkler testing, to include Fire Pumps, there must be at least one Level 2 certified Technician preforming the applicable work. Proof of NICET certifications must be provided at the time of contract execution and maintained by each employee onsite throughout the duration of the contract. The Contractor must be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Contractor will provide the COR with copies of all certification documents. Contractor Responsibilities: The Contractor must provide all personnel, benefits, tools, equipment, training, supervision and supplies, except as specified in Government-Furnished section necessary, to complete all work associated with all Fire Protection Systems. This includes the inspection, testing, maintenance, and service of all equipment listed in the required tasks below. All inspections, testing, maintenance, and service of Fire Protection Systems must be in accordance with the current & appropriate NFPA Standard to include but not limited to NFPA 101, NFPA 72, NFPA 25, NFPA 99, NFPA 17A, NFPA 10, NFPA 96 and NFPA 291. All discrepancies found must immediately be brought to the attention of the COR or designated official at the end of each inspection, along with the recommended corrective action. Reports must be in accordance with The Joint Commissions' Element of Performance #28 (see below) and corresponding NFPA Standards. Testing documentation must be submitted within 5 working days of actual test performed. These discrepancies must also show a corrective action to be made submitted by quote to COR within 5 business days. As Per EP-28: Documentation of maintenance, testing, and inspection activities for Standard EC.02.03.05, Elements of Performance 1 25 (including fire alarm and fire protection systems) includes the following: Name of the activity / Date of the activity / Inventory of devices, equipment, or other items / Required frequency of the activity / Name and contact information, including affiliation, of the person who performed the activity / NFPA standard(s) referenced for the activity / Results of the activity. The contractor must provide an Emergency Response Service to provide a qualified technician within 24 from the time and receipt of notification (call or email) to diagnose and recommend a list of emergency repairs to regain normal functioning of the systems and equipment covered in this contract. The contractor must have a person attending to the Fire Alarm Control Panel (FACP) during any tasks that involve having the FACP placed in to test mode or at times that Alarm, Supervisory, or Trouble signals are expected to be communicated to the FACP. The person attending to the panel must have the ability to receive and initiate emergency communications and signals in the event of an actual emergency. Where/when a subcontractor is on site performing work, a project manager or similar representative from the contracted agency must be present on site at all times and capable of managing the operations. Contractor Required Tasks: The contractor must be required to conduct inspection, testing, and maintenance (ITM) of all systems on-site and in-person with the appropriate quantity of certified/competent personnel and equipment to maintain compliance with applicable standards. The contractor must develop a calendar of proposed task completion dates/times and submit to the project manager and COR for approval/acceptance no later than 15 days prior to the start of the base year of the performance period indicated in Section F. below., and no later than 15 days prior to the start of each option year identified. Deadlines for ITM frequencies of inspections must be compliant with the below table of acceptable interval definitions (Figure 1). The East Orange VA Medical Center is a 34-acre healthcare complex consisting of a 13-floor main hospital building and 11 small outlying support buildings. The contractor will be required to provide ITMs for the facility fire protection systems that total the below quantities and frequencies of delivery IAW with the identified Joint Commission Elements of Performance/NFPA standard: At East Orange perform annual inspections of (4) Supervisory Signal Devices. (EP-01 / NFPA 72) At East Orange perform semi-annual inspections of the tamper switches and waterflow switches. (EP-02 / IAW NFPA 75 & 25) At East Orange perform semi-annual inspections of (1) high and (1) low Fire Tank Water Level Alarms. (EP-07 / NFPA 25) At East Orange perform annual inspections on (14) sprinkler backflow preventers. (EP-09 / IAW NFPA 25) At East Orange, perform quarterly inspections of (16) Fire Department Connections (FDC). (EP-10 IAW NFPA 25) East Orange perform quarterly main drain testing at all backflow preventer locations. (EP-09 /IAW NFPA 25) At East Orange perform annual full-flow test on (2) fire pumps. (EP-11 / NFPA 25) At East Orange perform semi-annual testing of (6) kitchen hood suppression systems. (EP-13 / NFPA 96) At East Orange perform annual inspections of (294) fire extinguishers within the month of September. (EP-16 / NFPA 10) At East Orange perform annual inspection of (3) gaseous extinguishing system. (EP-14 / NFPA 2001) Performance Period: Working hours for tasks that do not interfere with Veterans Affairs business are from 7:00am-4:00 pm Monday-Friday except on federal holidays. Some testing may need to be conducted after normal business hours, or on a Saturday. Hydrant and Fire Pump testing must be conducted on Saturdays. Kitchen hoods to be serviced during kitchen off-hours between 7:00pm-6:00am. The period of performance of this contract is one year from date of award with provision of four option years. Performance Requirements: Work must be coordinated with facility through the Contracting Office Representative (COR). The COR will monitor the contractor s work performance and the contractor is required to submit all reports to the COR or designated official. The COR is also responsible for certifying that the work is completed satisfactory to the specifications of the contract. Performance deficiencies or poor performance identified during the term of the contract must be reported to the Contractor. Upon notification of deficiencies or poor performance, the Contractor must be given a reasonable time to take corrective action. If determined appropriate, the Contracting Officer, COR and/or other VA staff members must meet with representatives of the Contractor to review performance and resolve issues. All deficiencies or poor performance must be corrected within the timeframe specified in the notice. The Contractor must notify the Contracting Officer and the COR when correction(s) have been made. The Contracting Officer, upon written notification, may require the Contractor to remove and replace any employee which the COR has reason to believe is not performing their duties in a professional, courteous and/or competent manner The COR can provide technical guidance and advice regarding the services to be performed under this contract. No one other than the Contracting Officer is authorized to make changes to this contract, effecting time, cost, or scope of services. Government Furnished Property: VA must furnish when required; a two-way radio equipment need for communication between the worksite and proper authorities. All furnish equipment is to be returned at the end of the workday and maintained in a proper working condition. Other policies and applicable regulations: As used throughout the following policies and regulations, any reference to VA Police means Contractor personnel. - Privacy and Release of Information: VA Handbook 1605.1 - Standards of Conduct: MCM: HR-09-0314 - Hazard Surveillance and Life Safety Assessment Program: MCM: EC-25 - Fire Response/Evacuation Procedures: MCM: EC-41 - Fire Extinguishers: MCM: EC-43 - Key Control & Security Codes: MCM: EC-60 - No Smoking Policy: MCM: EC-01 - Permit Required Confined Spaces EC-32 - Control Of Hazardous Energy Sources (Lock-Out/Tag-Out) EC-33 - Traffic & Parking Regulations EC-70 - Employee Fall Protection EC-55 CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Albany Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) Solicitation number for this requirement as 36C24224Q0176; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 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. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.217-5 Evaluation of Options (JUL 1990) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) Addendum to FAR 52-212-1 INSTRUCTIONS TO OFFERORS COMEMRCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021): This Request for Quote (RFQ) is issued in accordance with FAR Part 12 in conjunction with Simplified Acquisition Procedures at FAR 13.5. All instances of FAR 15 procedures in FAR 52.212-1 shall not apply to this RFQ and are hereby substituted with FAR 13 procedures. Eligibility: In order for a quote to be eligible for award, offerors submitting a quote must have the NAICS Code 541990: ALL OTHER PROFESSIONAL, SCIENTIFIC, TECHNICAL SERVICES and current registration in both the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM, as well as current certification in Veteran Small Business Certification (VetCert): https://veterans.certify.sba.gov/. Submission Instructions: Technical packages shall be submitted to Levi.Russin@va.gov by 4:00 PM ET on 12/20/2023. The email shall identify Solicitation 36C24224Q0176. Offerors that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions must include: EVALUATION FACTOR SUPPORTING DOCUMENTS: 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 quoter that are detailed in the quoter s capability statement. Quoter must provide a technical capability statement of 15 pages or less demonstrating it has trained personnel, equipment, and working experience in Facility Fire Protection System Testing and Maintenance. Documentation must include proof of providing work on at least three (3) contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this requirement. Quoter must provide proof/certification that it is a licensed business to conduct Facility Fire Protection System Testing and Maintenance in accordance with NFPA 101, NFPA 72, NFPA 25, NFPA 99, NFPA 17A, NFPA 10, NFPA 96 and NFPA 291. Additionally, quoter must provide certification by the National Institute for Certifying Engineering Technologies (NICET) in the appropriate Fire Protection sub-field. For Fire Alarm or Fire Sprinkler testing, to include Fire Pumps, there must be at least one Level 2 certified Technician preforming the applicable work. (2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the PWS for this requirement. (3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. END OF ADDENDUM (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. 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, considering technical capability, past performance, and price. A Technical Evaluation Team comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the Technical Evaluation Team are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Quoters are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of quoters are not revealed to anyone who is not involved in the evaluation and award process or to other quoters. Quotes will be evaluated based on the factors described herein, and award will be made to the responsive responsible quoter whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered. The evaluation process essentially consists of two parts: Technical/Past Performance Evaluation and Price Evaluation. 1. Technical/Past Performance Evaluation: Proposals shall be evaluated against the Evaluation Factors and Criteria. 2. Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The Technical Evaluation Team will not have access to price information until completion of the technical/quality evaluation. NOTE: Price/Technical Trade-off Analysis: Once above evaluations are complete, the Technical Evaluation Team will compare the relative advantages and disadvantages of technical proposals and weigh against the prices. Technical Approach and Past Performance are equal and when combined are significantly more important than Price. The Technical Evaluation Team will then consider all factors and recommend an awardee to the CO, the quote offering the best value to the Government. The CO s decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: Technical Capability: Technical capability is defined as a quoter s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 15-page capability statement demonstrating it has trained personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work (SOW) A) Technical Proficiency: Quoter shall submit a proposal that verifies it is a firm that specializes in Facility Fire Protection System Testing and Maintenance. The proposal shall be comprehensive and demonstrates its understanding of the requirement and not a copy and paste of the SOW requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the SOW and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The quoter shall provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than three (3) years of Facility Fire Protection System Testing and Maintenance. C) Licensing/Certifications: Quoter will be evaluated on how well they meet the requirement to provide proof that it is a licensed business to Facility Fire Protection System Testing and Maintenance in accordance with NFPA 101, NFPA 72, NFPA 25, NFPA 99, NFPA 17A, NFPA 10, NFPA 96 and NFPA 291. Additionally, quoter must provide certification by the National Institute for Certifying Engineering Technologies (NICET) in the appropriate Fire Protection sub-field. For Fire Alarm or Fire Sprinkler testing, to include Fire Pumps, there must be at least one Level 2 certified Technician preforming the applicable work. Past performance: Quoter must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The quoters Past Performance shall also be reviewed in PPIRs; Quoter s with no past performance shall receive a neutral rating for this evaluation factor. Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Options: The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote s specified expiration in time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) 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.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) a) Within 30 days; written notice of its intent to extend at least 60 days; c) shall not exceed 5 years 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) - 852.201-70 Contracting Officer s Representative (DEC 2022) - 852.203-70 Commercial Advertising. - 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran- Owned Small Businesses (JAN 2023) (DEVIATION) - 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) - 852.232-72 Electronic Submission of Payment Requests - 852.242-71 Administrative Contracting Officer (OCT 2020) - 852.270-1 Representatives of Contracting Officers. 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022) The following subparagraphs of FAR 52.212-5 are applicable: 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.219-32 Orders Issued Directly Under Small Business Reserves (MAR 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 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) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 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) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov This is a Total Service-Disabled Veteran-Owned Small Business Set-Aside Open-Market solicitation for Facility Fire Protection System Testing and Maintenance for New Jersey Healthcare System East Orange as 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 PM ET on 12/20/2023 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Levi Russin, Contract Specialist Levi.Russin@va.gov

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

1

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
966
Active Projects
564
Bidding Soon
7,556
All Active Projects
3,145
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 20, 2023

January 19, 2024

img_map_placeholder

385 Tremont Ave, East Orange, NJ


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.