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 Los Angeles, California. Contact the soliciting agency for additional information.

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 12/22/2023. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $11.5 Million. The FSC/PSC is H312. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the statement of work. Price and Other Factors: See Attachment 2, FAR 52.212-2 Evaluation STATEMENT OF WORK (SOW) 1. Background Fire damper testing is a VA, The Joint Commission, and National Fire Protection Agency requirement in hospitals where patients are present overnight. The testing is required every 6 years. 2. Scope. The facility has an estimated 3000 fire dampers to test and inspect. See table below for breakdown of locations at West Los Angeles VA (WLA), Sepulveda VA and Los Angeles Outpatient Clinic (LAACC). Building Floor ECD ESD FD EFD PSD RD 213 3 0 0 18 0 0 0 A 2 0 0 22 0 0 0 A 1 0 0 22 0 1 0 A Basement 0 0 43 0 1 1 A Total: 0 0 105 0 2 1 214 4 0 0 3 0 0 0 A 3 0 0 60 0 0 0 A 2 0 0 58 0 0 0 A 1 0 0 37 0 0 0 A Total: 0 0 158 0 0 0 215 3 0 3 6 0 0 0 A 2 0 3 4 0 0 0 A 1 0 1 10 0 0 0 A Basement 0 0 2 0 0 0 A Total: 0 7 22 0 0 0 217 4 0 0 1 0 0 0 A 3 0 0 46 0 0 0 A 2 0 0 58 0 0 0 A 1 0 0 59 0 0 0 A Ground 0 0 31 0 0 0 A Total: 0 0 195 0 0 0 257 Attic 0 0 12 0 0 0 A 2 1 0 8 0 0 0 A 1 27 0 23 0 0 0 A Basement 0 0 94 0 0 0 A Total: 28 0 137 0 0 0 500 Penthouse 0 0 6 0 0 0 A 6 0 0 79 0 15 0 A 5 0 23 108 0 3 1 A 4 0 2 89 0 10 2 A 3 0 0 81 0 4 0 A 2 0 0 74 0 67 0 A 1 3 6 381 0 229 2 A Ground 0 7 231 0 104 4 A Total: 3 38 1049 0 432 9 A A A A A A A A WLA Grand Total 31 45 1666 0 436 11 2189 LAACC- (LA VA OPC) 615 Sepulveda 188 3 locations grand total 2992 APW= Access Panel On Wall FD/ETL=Fire Damper Electric Thermo Link ATF= Access Thru Flex FNR= Failed Needs Repairs ATR= Access Thru Floor FRFD= Fire Rated Flange Door DID= Damper In Diffuser OK= Passed DTF= Down Thru Floor PCD= Pneumatic Combination Damper ECD= Electric Combination Damper PSD= Pneumatic Smoke Damper EFD= Electric Fire Damper R/D= Rolling Door ESD= Electric Smoke Damper RFL = Removed From List FD= Fire Damper O/D= Over Door VINE= Visually Identified Not Exercised L.L.= Lower Level I/S= Inside O/S= Outside 3. Specific Tasks. Contractor shall provide all labor, tools, equipment, parts, materials, dust control, travel and supervision required to perform all work at no additional costs to the government. Contractor shall inspect and test all dampers (listed in table of section 4 of this SOW), regardless of the type and/or style. Contractor shall replace all fusible links deemed in need of replacement from inspection. Contractor shall hand deliver old fusible links to Program Point of Contact (PPOC) or mail them to 11301 Wilshire Blvd Los Angeles CA 90073 Building 63 attention to: PPOC Name. Contractor shall document on VA provided statement of condition drawings the location and ID of each damper tested within this SOW. Contractor shall provide a complete report indicating the damper type, location, ID number assigned and if any repairs are required, Contractor shall provide a quote to the program point of contact for all unpriced CLINs (includes unknown dampers found, access doors, and repair costs in relation to findings from inspection) prior to work being conducted to first obtain Contracting Officer approval through a contract modification. Contractor shall provide damper inspection services as per National Fire Protection Agency 80 (with consideration given to applicable NFPA 101, NFPA 105, International Building Codes, and International Fire Codes). Dampers shall be inspected to the 2010 NFPA 80.19.3- 4 test standards as required. Acceptance testing of fire dampers shall be performed by a qualified person with knowledge and understanding of the operating components of the type of assembly being subject to testing and the system in which it is installed. Before testing, a visual inspection shall be performed to identify any damaged or missing parts that can create a hazard during testing or affect operation or resetting. Dampers that are part of the fire alarm network will not be tested solely as to the functionality of the fire alarm network. Inspection report shall be provided to the VA program point of contact in a .pdf document format and hard copy upon request. 3.1 Contractor shall inspect and document using approved NFPA 80 documentation for all fire dampers IAW the list of buildings in GLA (list of buildings and locations provided on tables under section 4- Scope). 3.1.1 Subtask 1. Provide a complete report of all dampers and report any repairs that need to be made, document locations on drawings provided. Inspection report shall include damper location, Inspection type, damper type, whether exercised or not, pass or fail, dampener access condition and damper motor condition, repairs required. Drawings will be provided by facility engineering department for each facility being inspected. 3.1.2 Subtask 2. An electronic tech from each facility will accompany the testing tech and provide support with the alarm system and access by carrying facility keys. The Program Point of Contact will meet with the contractor daily to provide progress updates. 4. Deliverables Provide the inventory and data electronically and in a bound report to Program Point of Contact. Indicate the location of all dampers on the statement of condition drawings, provided by VA to contractor, with ID numbers. 5. Performance Monitoring N/A 6. Security Requirements 6.1 Contractor shall obtain a visitor badge each day from the facility engineering point of contact. 6.2 Contractor will not have access to patient records, data, or VA computer systems. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) The government shall not furnish any equipment. 8. Risk Control Contractor must be responsible for containing dust while opening the ceiling in public areas, offices, or patient care areas. 9. Hours of Work Monday-Friday 7:00am 4:30pm PST; to exclude national holidays. 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 Juneteenth June 19 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 10. Place of Performance The work is performed at the Greater Los Angeles VA Healthcare System facilities: WLA, Sepulveda and LAACC in Los Angeles. See table for locations: West Los Angeles VA Medical Center 1131 Wilshire Blvd. Los Angeles, CA 90073 Los Angeles VA Outpatient Clinic 351 East Temple Street Los Angeles, CA 90012-3328 Sepulveda VA AMBULATORY Care Center 1611 Plummer Street Sepulveda, CA 91343 12. Period of Performance: 180 days from award; estimated 03/18/2024 09/30/2024. **PRICE/ COST SCHEDULE** ITEM # DESCRIPTION OF SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- West Los Angeles VA Medical Center Location. 2189 EA 0002 Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- Sepulveda VA Ambulatory Care Center Location. 615 EA 0003 Fire Damper Testing and Inspection (Includes Fusible Link Replacement if needed)- Los Angeles VA Outpatient Clinic Location 188 EA 0004 Fire Damper Testing and Inspection (Unknown Dampers Found)- West Los Angeles VA Medical Center Location. 1 EA $0 $0 0005 Fire Damper Testing and Inspection (Unknown Dampers Found)- Sepulveda VA Ambulatory Care Center Location. 1 EA $0 $0 0006 Fire Damper Testing and Inspection (Unknown Dampers Found)- Los Angeles VA Outpatient Clinic Location 1 EA $0 $0 0007 Access Doors Installation (If Needed)- All Locations 1 EA $0 $0 0008 Repairs, Costs in Relation to Findings from Inspections- All Locations 1 JB $0 $0 TOTAL **Please use the format above for pricing** The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar 2023) The following subparagraphs of FAR 52.212-5 are applicable: (b)(5), (9), (12), (18), (26), (29), (30), (31), (33), (34), (35)(i), (36), (37), (39), (40), (48), (55), (62), (c), (1), (2), (4), (7), (8). VAAR 852.203-70 Commercial Advertising (May 2018). VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction. (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018). This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices. Service Contract Act Wage Determination #: 2015-5613 Rev. 25 All quoters shall be submitted in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services . (SEP 2023) All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Jennell Christofaro at Jennell.christofaro@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Decision factors to be considered are Cost, Schedule, Technical Capability, and Past Performance. This contract/purchase order will consist of a base period of performance: 03/18/2024 09/30/2024. The award will be made to the quote most advantageous to the Government and best meets the requirement described in the Statement of Work. Responses should contain your best terms, conditions. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. All RFQ questions shall be received not later than February 15, 2024, 0900 MST at jennell.christofaro@va.gov only. Subject line shall include INQUIRY TO RFQ 36C26224Q0583 for consideration. All answers to inquiries received by due date and time will be addressed through an amendment. No further inquiries will be addressed after due date. Submission of your RFQ response offer shall be received not later than February 21, 2024, 1400 MST at jennell.christofaro@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26224Q0583 for consideration. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contract Specialist Jennell Christofaro Jennell.christofaro@va.gov Attachment One: FAR 52.212-1 ADDENDUM Instructions to Offerors Attachment Two: FAR 52.212-2 Evaluation Attachment Three: VAAR 852.219-73 Notice of Total Set-Aside for Certified SDVOSB Attachment Four: VAR 852.219-75 SDVOSB Certification Attachment Five: Fire Damper Inspection Report Blank Template (End of Provision)

Sub-Bidding

Military

Public - Federal

Service, Maintenance and Supply

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

3

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
502
Active Projects
251
Bidding Soon
3,766
All Active Projects
1,687
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 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.

February 23, 2024

March 20, 2024

October 2, 2024

img_map_placeholder

Multiple Locations, Los Angeles, CA

Related To This Project


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.