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 Northampton, Massachusetts. Contact the soliciting agency for additional information.

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. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 541990 (All other Professional, Scientific, and Technical Services) with a size standard $19.5 million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Fire Protection Services at the Northampton VAMCA per the requirements below. Refer to theA Statement of WorkA below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Statement of Work. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response 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 supply Fire Protection Services are invited to submit a response to this Sources Sought Notice by 05-09-2024. All responses under this Sources Sought Notice must be emailed to carissa.sarazin@va.gov. 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. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:A ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (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 supply of Fire Protection Services 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 WORK FOR NORTHAMPTON VAMC FIRE PROTECTION SYSTEMS TESTING & INSPECTING 421 North Main Street Leeds Ma 01053 SUMMARY This scope of work (SOW) is for testing and inspection of the Fire Protection System (FPS) installed at the VA Central Western Massachusetts (VACWM), Leeds, MA (421 N. Main St), and Cherry Street Apartments, Northampton, MA locations (2,4,6,8 Cherry Street). Testing and inspection shall be performed in accordance with applicable codes referenced in National Fire Protection Association (NFPA) 101,72,13, 99, 25, Most current editions. Due to ongoing site construction and system upgrading required for compliance, the VA may add or delete devices in the master list. Contractor is responsible for list as-is at the time of each service and is responsible to contact the VA prior for updates if needed for planning purposes. Contractor shall make every effort to minimize disruption to site operations and is responsible to coordinate with the VA prior to service for updates on potential testing conflicts. A detailed plan (typical start/finish estimate per building, planned time loss of critical equipment such as elevators, X-Ray, and Clinic Areas etc.) to efficiently cover the master list inventory shall be submitted to the Contracting Officer s Representative (COR) at least two weeks prior to service dates. The contractor, with assistance from the COR, if necessary, coordinates with the outside resources needed, i.e., elevator company, fire department etc. the Contractor shall be responsible for the cost and coordination of acquiring a licensed elevator technician to assist in the elevator portion of Fire alarm testing on all elevators. SECTION A: STATEMENT OF WORK Contractor shall provide all labor, parts, travel, tools, and equipment to perform all inspections, testing, repair, replacement, and maintenance, as required, to maintain adequate systems functions during the contract period specified at the VACWM and Cherry Street locations in accordance with the applicable NFPA requirements and recommendations. Certification: Contractor certification is required for inspecting, maintaining, testing, and servicing Fire Alarm Systems, Sprinkler Systems, Suppression Systems, Kitchen Ansul Systems, Fire Hydrants, Backflow Preventers and Fire Pumps. Contractor certification is required to perform inspection, testing, and recharging for Portable Fire Extinguishers and inspection, maintenance, and installation of Fixed Dry Chemical Extinguishing Systems, certification will meet equally or exceed as required by the Commonwealth of Massachusetts General Law Chapter 148 and 527 CMR 23.00. Contractor shall submit proof of certification(s) for each employee performing work on the premises in connection with this contract, prior to starting work. Contractor shall provide personnel trained and familiar with the equipment installed at the facility and manufactured by Honeywell and Notifier. Contractor shall provide all labor, travel, and materials to repair or replace any equipment covered in this contract, to include but not limited to: Fire Alarm System, Sprinkler System, Fire Extinguisher or Suppression System that is discharged due to use, premature failure, or failure during any inspection or testing procedure. A separate line item in the price schedule will allow for additional funding to be available for repairs or replacement. The COR will be notified of any repairs that are needed by the contractor, a quote will be provided to the COR and the COR shall agree to the quote pricing and repairs before any commencement of work by the contractor. Contractor shall respond to trouble shooting calls, during and after normal hours. Response time is expected to be within one (1) hour of notification by phone call, via the contractor s business office, unless emergency criteria have been adopted as a contingency by the agency and the contractor. Normal Work Hours: All routine work shall be performed from 8:00 am to 4:30 pm, Monday Friday unless otherwise requested. Contractor and their subs shall report to the COR in person or by phone call upon arrival and departure of the facility daily, before starting work leaving for the day. Work shall be scheduled at least two weeks in advance. Report and Timeliness: All annual testing must be completed within a two-week consecutive timeframe. VA FMS requires reports to be submitted within 5 business days after completion of those two weeks of testing. All quarterly and semi-annual testing / inspections should be completed within 8 business days and the reports must be submitted within 5 business days after completion. While all testing and inspecting throughout the year takes place. Contractor shall provide a competent person to be at the facilities head end Fire computer and will be responsible for the monitoring of the facilities fire alarm system while all testing/inspecting is taking place. And communicate any actual events that may happen outside of the testing areas, to the VAMCs police dispatch. The A&A requirements do not apply, and a Security Accreditation Package is not required 1. Contractor shall test all devices per Fire Alarm System zone. Testing and documentation will be performed /completed in accordance with The Joint Commission Elements of Performance. Please see above on Reports and Timeliness after devices have been tested. 2. Contractor shall test manual pull stations required to meet NFPA Code requirements, including testing of supervisory circuits. 3. Contractor shall test and inspect, Smoke Detectors, Duct Smoke Detectors and restorable type Heat Detectors required to meet NFPA Code requirements, including testing of supervisory circuits. 4. Contractor shall remove non-restorable type Heat Detectors, circuit test electrically and mechanically and replace with a unit in accordance with NFPA requirements. 5. Contractor shall test smoke detectors with auxiliary control functions (door closers, elevator shut down, HVAC). Manufacturer recommendations and current NFPA 72 requirements shall be followed. 6. Contractor shall perform a 6 month visual inspection of each battery and smoke and heat detector and document the encounter. 7. Contractor shall inspect and test each facility City Master Dialer, for operational condition and ring through to each Local Fire Department. Manufacturer recommendations and current NFPA 72 requirements shall be followed. 8. Contractor shall inspect and test each building Fire Alarm Panel for operational condition and ring, per facility central station receiver and Local Fire Department City Dialer. Manufacturer recommendations and current NFPA 72 requirements shall be followed. 9. Contractor shall inspect and maintain each facility central station receiver for proper coding, imprinting, time accuracy, and adequate paper installed. Paper shall be checked after each service call. The contractor shall supply the paper to all equipment that requires it. Manufacturer recommendations and current NFPA 72 requirements shall be followed. 10. Contractor shall test all notification devices annually. Manufacturer recommendations and current NFPA 72 requirements shall be followed. All notification devices to include speaker strobes/ strobes shall be properly labeled for testing purposes. 11. Contractor shall inspect and verify operational condition and proper labeling of all remote annunciators. Manufacturer recommendations and current NFPA 72 requirements shall be followed. 12. Contractor shall inspect and maintain all batteries and battery charging systems in accordance with current NFPA 72. Detailed annual battery maintenance reports shall be submitted. 13. Contractor shall visually inspect and clean Smoke Detectors and Sprinkler Heads of dust and foreign material. 14. Contractor shall inspect and test all Valve Supervisory in accordance with NFPA requirements. 15. Contractor shall test Sprinkler System water flow devices including testing of supervisory circuits in accordance with NFPA requirements. 16. Contractor shall flow, test, and document all Main Drains on all risers in accordance with NFPA requirements. The VAMC will require quarterly testing of all Main Drains. 17. Contractor shall flow, test, and document all Hydrants in accordance with NFPA requirements. The VAMC will require annual Flow GPM and Flow curve testing and documentation. 18. Contractor shall test all Fire Pumps on station under flow and document in accordance with NFPA requirements. as well will assure the Parallel and angular alignment is completed on the pump. 19. Contractor shall test all dry sprinkler systems to also include full flows in accordance with NFPA. 20. Contractor shall provide all labor, travel, equipment, and material to perform annual certification, with documentation, of all Portable Fire Extinguishers to meet current NFPA requirements. 21. Contractor shall provide all labor, travel, equipment, and materials to test and certify, all Fixed Fire Suppression Systems with individual documentation, in accordance with current NFPA requirements. Work shall be scheduled at least two (2) weeks in advance. 22. Contractor shall provide new/replacement hangers for Fire Extinguishers and Fire Extinguisher placards/signage as necessary. 23. Contractor shall provide the VAMC with a computerized list of device types, locations, and testing dates upon request or at a minimum, annually. Software shall be compatible with VAMC existing software. 24. Contractor shall submit test reports. These reports will be sufficiently detailed that one would be able to see exactly what test was performed on what piece of equipment, what the results were, and what standard the test was conducted under. Test reports shall be provided in an EXCEL or similar format that allows sorting of data by various fields. Test results must be uniquely identifiable to item tested. See above Reports and Timeliness for details. All reports will satisfy the VHA Joint Commission standards. 25. Costs of repair, replacement of parts or materials determined to be defective during testing shall be on an as-needed basis as determined by the servicing technician and the COR. Cost for maintenance of Fixed Extinguisher Systems shall include replacement of fusible links. All deficiencies and defects shall be itemized and reported as cost of repairs. These costs shall be included in the contract price. 26. Keys will be issued out for Contractor s use and returned daily. 27. Devices totals may be changed based on construction areas coming into use or adding devices /modules/etc. due to changes in code or room usage. These additions will be provided to contractor NLT 30 days after activation and will be expected to be placed into the list of devices to be tested at the next required interval. Station does not expect over 100 devices / modules in a year. 28. TJC Intervals and Testing Requirements. All testing needs to be in accordance with TJC testing requirements and intervals for the VHA (different from CMS requirements). SECTION B: SUPPLIES/SERVICES AND PRICE/COST SUMMARY: CONTRACTOR 29: Pressure gauges belonging to the fire protection system will be replaced according to NFPA requirements. 30: The testing and inspecting in addition to the above, will include 5-year Fire Department hydro testing in all buildings. 31: Contractors shall report to COR and VA police every day upon arrival and departure, that contractual work is being completed and Shall be escorted by VA personnel, if entry to any areas where sensitive information is stored. As well as always have appropriate identifiable badging visible. SECTION B: SUPPLIES/SERVICES AND PRICE/COST SUMMARY: CONTRACTOR shall provide all parts, labor, travel, and tools necessary to perform all required testing/repair/replacement of the equipment listed below for the VACWM and Cherry Street facility for a base 12-month period of performance with (4) annual option years, to be exercised at the discretion of the government in strict accordance with the attached terms and specifications. ITEM NO. DESCRIPTION OF DEVICE/SERVICE QUANTITY 1 NOTIFIER FACP 18 2 HONEYWELL Fire-Lite Control Panel 1 3 remote Annunciator 1 4 Battery Testing 171 5 Carbon Monoxide Detectors 14 6 local smoke detectors 50 7 Modules 785 8 devices 625 9 dry sprinkler mechanical trip test 15 10 Fire pump flow test 1 11 notification devices 950 12 door closers 65 13 door restrictors 65 14 hydrant flow tests 22 ITEM NO. DESCRIPTION OF DEVICE/SERVICE QUANTITY 15 sprinkler back flow preventors 21 16 kitchen suppression systems 7 (including fusible links) 17 HAZMAT Storage Suppression Systems 1 (including fusible links) 18 fire suppression (wet) system 22 19 portable fire extinguishers (annual) 340 20 hydro static testing extinguisher 2 21 as-required diagnostic service 20 hours 22 Fire dampers 270 23 sprinkler obstruction 22 buildings 24 Fire dept. hydro tests 21 Modules to include: MONITOR/RELAY/ CONTROL FLOWS PULL STATIONS SUPIVISORIES TAMPERS DOOR HOLDERS DUCT SHUTDOWNS SHUNTS ECT. DEVICES TO INCLUDE: SMOKE DETECTORS HEAT DETECTORS O2 DETECTORS CO2 DETECTORS ECT. The Method of Contractor Selection has not been determined at this Time

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

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
529
Active Projects
313
Bidding Soon
4,190
All Active Projects
1,706
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.

November 11, 2024

img_map_placeholder

421 N Main St, Northampton, MA


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.