H342–Fire Extinguisher Inspection and Maintenance

Jul 2, 2020 | SDVOSB Set-Asides

Solicitation Number: 36C25820Q0245
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 258-NETWORK CNTRCT OFF 22G (36C258)
Location: Presoctt, AZ 86313
Notice Type: Combined Synopsis/Solicitation
Posted Date: 7/1/2020
Response Date: 7/14/2020 4:00 PM
Archive Date: 9/12/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: H – Quality control, testing & inspection services
PSC Code: H342 (INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS)
Last Change: 7/2/2020 3:23 AM

Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description 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, 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 FAC 2020-6. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with a small business size standard of $16.5 Million. The FSC/PSC is H342. The Northern AZ VA Healthcare System in Prescott, Arizona is seeking to purchase Fire Extinguisher Inspections and Maintenance. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Class A/K, 20 lbs. February Annual Inspection 16 EA 0002 MRI (Water Mist), 20 lbs. February Annual Inspection 2 EA 0003 Class ABC, 2.5 lbs. February Annual Inspection 20 EA 0004 Class ABC, 5 lbs. February Annual Inspection 99 EA 0005 Class ABC, 10 lbs. February Annual Inspection 288 EA 0006 Class ABC, 20 lbs. February Annual Inspection 5 EA 0007 Halotron, 5 lbs. February Annual Inspection 7 EA 0008 Halotron, 10 lbs. February Annual Inspection 16 EA 0009 Dry Chemical (ABC Class), 5 lbs. Five and/or Six-Year Testing 5 EA 0010 Dry Chemical (ABC Class), 10 lbs. Five and/or Six-Year Testing 5 EA 0011 Dry Chemical (Halo), 10 lbs. Five and/or Six-Year Testing 10 EA 0012 Dry Chemical (Class A/K), 10 lbs. Five and/or Six-Year Testing 3 EA 0013 Dry Chemical (ABC Class), 20 lbs. Five and/or Six-Year Testing 1 EA 0014 Dry Chemical (ABC Class), 2.5 lbs. 12-year Hydrostatic Testing 2 EA 0015 Dry Chemical (ABC Class), 5 lbs. 12-year Hydrostatic Testing 30 EA 0016 Dry Chemical (ABC Class), 10 lbs. 12-year Hydrostatic Testing 57 EA 0017 Dry Chemical (Halo), 5 lbs. 12-year Hydrostatic Testing 2 EA 0018 Dry Chemical (ABC Class), 20 lbs. 12-year Hydrostatic Testing 1 EA Fire Extinguisher Work to be Performed: All fire extinguishers shall be inspected annually in the month of February by a trained and certified person. (Fire extinguishers types include dry chemical, Halotron, water mist (MRI safe), and Class A/K for kitchen grease fires). A total of approximately 453 extinguishers are on site (table 1). Table 1. Approximate count and types of fire extinguishers Size: Class A/K Class K MRI (Water Mist) Class ABC Halotron 2.5Lbs 20 5Lbs 99 7 10Lbs 288 16 20Lbs 16 2 5 Total 16 2 412 23 Fire extinguishers that pass the annual inspection shall have a tag placed on it (immediately after the inspection) indicating who performed the annual inspection and the month, day, and year of the inspection. The inspection tag shall have available room on the back of the tag to record monthly inspections (performed by VA staff). Pin security seal tags shall be replaced with a new security tag with the current year. Fire extinguishers that need their six-year or hydrostatic testing shall be performed in accordance with NFPA 10 and shall be performed by a certified extinguishing servicing company. For Calendar 2021, out of the 453 extinguishers the following number of dry chemical extinguishers will need to have their five and/or six-year maintenance test performed: Extinguisher Size: Dry Chemical (ABC Class) 2.5Lbs 0 5Lbs 5 10Lbs 5 10LBS Halo 10 10AK 3 20Lbs 1 Total 24 For Calendar 2021, approximately ninety-two (92) Dry Chemical extinguishers will need to have their 12-year (hydrostatic test) conducted. Extinguisher Size: Dry Chemical (ABC Class) 2.5Lbs 2 5Lbs 30 10Lbs 57 5Lbs Halo 2 20Lbs 1 Total 92 Removal of fire extinguishers for servicing will be coordinated with the Safety Section and Contracting Officer Representative (COR). Note: All extinguishers needing to be serviced cannot be removed at once. Extinguishers that pass the six-year maintenance and/or 12-year Hydrostatic testing shall be marked with a tag (e.g. labeled or tag) and with an inspection ring around the neck of the cylinder. Markings shall contain at least the following information: what respective test/maintenance was performed, the date it was completed, and who performed the respective maintenance. An annual inspection tag and pin security seal tag as described in the above section shall also be placed on the fire extinguisher before it is returned to the Northern AZ VA Health Care System. Six-year maintenance shall be performed within 10 business days from the day the fire extinguishers are removed from the Northern AZ VA Health Care System site by the contractor. 12-year hydrostatic testing shall be performed within 15 business days from the day the fire extinguishers are removed from the Northern AZ VA Health Care System site by the contractor. The contract period of performance is 10/01/2020 09/30/2021. Option Year 1: 10/01/2021 09/30/2022 Option Year 2: 10/01/2022 09/30/2023 Option Year 3: 10/01/2023 09/30/2024 Option Year 4: 10/01/2024 09/30/2025 Delivery shall be provided 30 Days After Receipt of Order (ARO). Place of Performance/Place of Delivery Address: Northern AZ VA Healthcare System 500 N Hwy 89 Prescott, AZ Postal Code: 86313 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (JUN 2020) 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 Items. 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 Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2020) The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. All quotes shall be sent to the contract specialist, Amanda Beck, at [email protected]. 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. The award will be made to the response most advantageous to the Government. 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. Submission of your response shall be received not later than July 14, 2020 at 1:00 PM Arizona Time at [email protected]. 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 Amanda Beck, Contract Specialist [email protected] 602-795-4372

Contracting Office Address

4135 S POWER RD, MESA, AZ 85212

Place of Performance

Presoctt, AZ 86313

Contact Information

[email protected]
Amanda Beck, Contract Specialist
Phone: 602-795-4409
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.