H399--Annual Fire Door Inspection

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Iowa
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Posted: Jan 25, 2023
Due: Jan 30, 2023
Solicitation No: 36C26323Q0262
Publication URL: To access bid details, please log in.
Follow
H399--Annual Fire Door Inspection
Active
Contract Opportunity
Notice ID
36C26323Q0262
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 25, 2023 01:01 pm CST
  • Original Response Date: Jan 30, 2023 11:59 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H399 - INSPECTION- MISCELLANEOUS
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    VA Nebraska-Western Iowa Health Care System 4101 Woolworth Ave , 68105
    USA
Description
This is a sources sought notice only and it is not a solicitation announcement.
The purpose of this sources sought notice is to gain knowledge of qualified potential
contractors and their socio-economic size classification in accordance with NAICS code
561790.

NAICS Code 561790 - Other Services to Buildings and Dwellings.

Responses will be used by the Government to make appropriate acquisition decisions.
See the statement of work excerpt below.

1. STATEMENT OF WORK
1) GENERAL DESCRIPTION:
The Omaha and Grand Island VAMC requires annual maintenance of fire, and smoke
door assemblies annually per NFPA 80, NFPA 101, CMS and TJC regulations.
PERFORMANCE LOCATIONS:
VA Nebraska-Western Iowa Health Care System DOUGLAS COUNTY
4101 Woolworth Ave
Omaha, NE 68105-3601

VA Nebraska Western Iowa Health Care System LANCASTER COUNTY
Lincoln Division
600 South 70th Street
Lincoln, NE 68510 2430

Work to be performed: Contractor must complete work during specified 1 week timeframe by the VA at time of award for inspections to be complete at both the Omaha and Grand Island locations. In the event the contractor is unavailable the VA will provide two alternate dates for the contractor s selection (no later than 45 days after award). The contractor shall provide a schedule, list of onsite persons with contact information and check into and out of the engineering office during each day of work. While on site, the contractor shall be responsible for phasing inspections during and after hours to limit impact to clinical operations. Contractor must mark up and provide accurate list of fire and smoke rated barriers. The VA will provide the contractor with escort privileges during the first site visit to review existing doors and familiarity with the site. After this period, it is the contractor s responsibility to have a competent staff member that can walk the site.

This 13-point check includes the following, with the most recent code of NFPA 80 taken,
A. Labels are clearly visible and legible.
B. No open holes or breaks exist in the surface of either the door or frame.
C. Glazing, vision light frames, and glazing beads are intact and securely fastened in place, if so equipped.
D. The door, frame, hinges, hardware, and noncombustible threshold are secured, aligned, and in working order with no visible signs of damage

E. No parts are missing or broken.
F. Door clearances do not exceed clearances listed in 4.8.4 and 6.3.1.7.
G. The self-closing device is operational; that is, the active door completely closes when operated from the fully open position.
H. If a coordinator is installed, the inactive leaf closes before the active leaf.
I. Latching hardware operates and secures the door when it is in the closed position.
J. Auxiliary hardware items that interfere or prohibit operation are not installed on the door or frame.
K. No field modifications to the door assembly have been performed that void the label.
L. Meeting-edge protection, gasketing, and edge seals, where required, are inspected to verify their presence and integrity.
M. Signage on doors covers less than 5% of door face and it not attached with mechanical fasteners.

In the event a door assembly fails the above checklist, the contract shall furnish the VA with an ILSM filled out (document to be provided in contract award) to include contractor personnel on site, and how to mitigate risk.

Reporting: Within 7 days of inspection completion,
A. The contractor shall provide the VA TPOC with a list of door inspected (location, floor, stairwell number), each of the inspection items listed below with either a pass or fail corresponding, the date, the qualified persons performing the work, repairs made to the door.
B. The contractor is to provide an itemized list of corrective action for failed door assemblies to include price per part, price per labor, lead time for delivery and proposed dates for install
C. A listing of the location of each Door, such Door s number, the Door s handing, the Door s fire rating, the door s ranking system score, and whether such Door is compliant or non-compliant. If a Door is non-compliant, a detailed explanation of non-compliance shall be provided.
D. Digital photographs will be provided only of non-compliant Doors where the CONTRACTOR deem it beneficial to provide pictures to better illustrate the Door s deficiency.
E. Upon completion of the inspection, the contractor will provide a detailed quotation for any repairs outside of this scope.

2) REPAIR WORK:
a. If additional work not included under the definitions laid out in this document are required to satisfy the contractual requirements and performance criteria, the contractor shall provide the nature of the repair and a budgetary cost estimate in the format of a detailed cost line-item quote (including line items for labor, materials, and all other related costs) needed to complete repairs in an inspection summary report. Any additional charges and repair work claimed must be approved by the contracting officer before service commences. Any additional work performed by the contractor without the prior written approval of the CO will be performed by the contractor at no additional cost to the government.

b. Once it has been determined and agreed upon both by the VA and the contractor that the additional services needed to affect repairs are not included in this contractual performance work statement, monetary funds will need to be requested and approved by means of a PO with a GPC if total repair expenses are less than $2500.00 or through means of a contract modification if total repair expenses are greater than $2500.00. The VATR does not have the authority to approve the work outside of the performance work statement and any work performed by the contractor in good faith outside of the performance work statement. Any work performed by the contractor without the approval of the contracting officer or an approved purchase through a credit card PO will be completed or resolved at the expense of the contractor and not the VA.
c. The contractor shall provide all equipment and materials (i.e., tools, PPE, transportation, etc.) needed to provide the services in this contract for all the listed action items. Parts may be repaired or replaced, as the contractor deems appropriate, so long as amount listed in CLINs cited in Price Schedule are not exceeded. No used parts will be used to repair this equipment. Contactor shall furnish the VATR with a written estimate of the cost to make necessary repairs. Contractor shall also provide a comparison quote to the VATR for what that item would have cost for commercial pricing so Government has basis for making price fair and reasonableness determination, or as alternative, Contractor shall provide a quote provided to another federal agency for similar item for determination purposes. If cost exceeds cost listed for applicable line item in Section B.2 (Price Schedule), the Contracting Officer shall issue a bilateral contract modification to increase funding for this line item per coordination with VATR and after determination of price fair and reasonableness.











After a review of the responses to this notice, a solicitation announcement may be posted to Contract Opportunities. A response to this notice is not an adequate reply to the forthcoming solicitation.

To reply to this Request for Information, email this completed document to:
Scott Morrison
Contract Officer
Email: scott.morrison2@va.gov

Please fully complete each section of the survey below.
Company Name: _____________________________________________________________ Company Address: ___________________________________________________________
DUNS Number: _____________________________________________________________
Point of Contact: ____________________________________________________________
Phone Number: _____________________________________________________________
Email Address: _____________________________________________________________

Socio-economic Classification in Accordance with NAICS Code 561790: (check all that apply)
Small Business
Service Disabled Veteran Owned Small Business (SDVOSB)
Verified SDVOSB by www.vip.vetbiz.gov
Veteran Owned Small Business (VOSB)
Verified VOSB by www.vip.vetbiz.gov
Small Disadvantage Business
Women-owned Small Business
Economically Disadvantaged Small Business
HUBZone
8(a) Certified

You may attached a Capability Statement or provide a brief: _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ ____________________________________________________________

DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI

Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 25, 2023 01:01 pm CSTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow BPA for Theileria equi and Babesia caballi test kits at NVSL Ames,

Federal Agency

Bid Due: 1/18/2025

Open Notice of Intent to Release - IA Health Link RFP The Iowa

Iowa Department of Administrative Services

Bid Due: 5/31/2024

Open Notice of Intent to Release - IA Health Link RFP The Iowa

Iowa Department of Administrative Services

Bid Due: 5/31/2024

Open Notice of Intent to Release - IA Health Link RFP The Iowa

Iowa Department of Administrative Services

Bid Due: 5/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.