J -- J063--Fire System Modification Elevator Recall repairs SOL 36C24125Q0534 DUE 06/13/2025 at 05:00PM -04:00 POC Nathan Langone, Nathan.Langone@va.gov, tel:603-624-4366Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and 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 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 RFQ 36C24125Q0534. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 561621 (Security Systems Services) SBA size standard $25 Million. This is a solicitation for VA Connecticut Healthcare Systems (VACHS). VA Connecticut Healthcare System requires a contractor that will provide initial testing and troubleshooting, equipment, equipment installation and wiring, removal of un-needed equipment and its associated wiring, fire system programing and testing for final certification for VA approval. The Contractor is responsible to maintain or provide coverage upon the West Haven VA s need for Fire Alarm coverage during the entirety of the project. The full SOW will be attached, any technical questions will be directed at Jose Sousa 203-932-5711 x5756. All interested companies shall provide quotations for the following: STATEMENT of WORK Elevator Fire System INTRODUCTON AND PROJECT REVIEW Buildings 1, 2 and 5 devices for the fire system portions that interact with the elevators of these buildings need to be brought up to the code requirements of the current edition of NFPA 72 Chapter 21.3. Buildings 1, 2 and 5 have Simplex 4100 Alarm Panels. The contractor shall provide initial testing and troubleshooting, equipment, equipment installation and wiring, removal of un-needed equipment and its associated wiring, fire system programing and testing for final certification for VA approval. The Contractor is responsible to maintain or provide coverage upon the West Haven VA s need for Fire Alarm coverage during the entirety of the project. BACKGROUND The West Haven VAMC Building 1 and Building 2 are Veterans Hospital buildings with near 100% occupancy and each with areas of 24-hr provided care. Building 5 is a business occupancy building. These buildings currently have two sets of fire system devices associated with the elevators in each of these buildings installed at different times. The devices that are currently installed were installed at different times and do not meet the NFPA code. It has been determined through annual fire system testing that elevator associated fire systems in Buildings 1, 2, and 5 have failed operation for various reasons and do not meet the applicable NFPA code and/or the U.S. Department of Veterans Affairs Fire Protection Design Manual. The existing fire system is a Simplex fire system with a stand-alone TrueSite Workstation that is not tied into the healthcare system s computer network and is not able to be remotely programmed. Scope The Contractor shall bring elevator fire systems up to the current NFPA Code and the U.S. Department of Veterans Affairs Fire Protection Design Manual (Ninth Edition November 1, 2023). The contractor shall investigate each elevator associated fire system device currently installed to determine if it is complaint with the most current edition of NFPA 72 Chapiter 21.3 and the U.S. Department of Veterans Affairs Fire Protection Design Manual (Ninth Edition November 1, 2023) (fire design manual). The Contractor shall issue a report of the initial testing and troubleshooting to the VAMC. The Contractor shall rewire devices to meet the applicable NFPA code and the fire design manual. The contractor shall program the TrueSite Workstation for any newly installed fire system devices and reprogram and label any existing fire system devices included in the scope of work that are not programmed and/or labeled incorrectly. The Contractor shall remove and replace devices that cannot be used to meet the NFPA Code and the fire design manual. Devices shall be addressable devices. The Contractor shall utilize the current infrastructure as much as possible. If devices are removed and will not be replaced and the wiring will not be used; the Contractor shall remove the wiring. If for some reason the wiring cannot be removed the Contractor shall label the ends and every 3 feet with a label that indicates that it is abandoned in place. Where there is a device needed for code compliance, but one is not currently installed the Contractor shall install a compliant device and tie it into the elevator and the fire alarm panel. The Contractor shall provide and install Individual Addressable Relay Modules (Relay IAM) (product Simplex Model 4060-9002 Relay IAM where needed and provide wiring from the IAM to the elevator connection point. The elevator contractor will make the final connection at the elevator point. In the event penetrations are made into a fire or smoke barrier The Contractor shall follow Medical Cetner SOP SO-004 Fire/Smoke Barrier Permit Program . The contractor shall plan work as to be least disruptive to the healthcare system s operations and minimize elevator down time. In buildings 1 and 2 work in the elevator lobbies shall be coordinated with the facility. Work in the elevator lobbies may need to be done in the evening hours, dependent on the amount of work involved. The contractor shall coordinate work in the elevator shaft and device testing with the elevator contractor Contracting Officer Representative (COR). The contractor needs to coordinate the testing with the elevator COR 2 weeks in advance. Please see attached inventory of devices that are associated with the elevators. Applicable Directives When working in the elevator lobbies or other healthcare areas the work may need to be accomplished using HEPA carts to create an enclosure to contain dust and debris. Performance Requirements The Contractor shall submit a master schedule detailing specific tasks and their completions. Deliverables The Contractor shall submit a report of the results of any initial testing and troubleshooting. The contractor shall coordinate with the VA scheduled shutdowns of the elevators and restart of the panels. All work shall be certified per federal, state, and local codes for operation and commission. All work shall be complete within 30 days of Notice to Proceed. The Contractor shall submit a master schedule detailing specific tasks and their completions. The contractor shall ensure that all devices are accurately programmed into the system. The Contractor shall provide a final test report after all work is performed to demonstrate that the system is fully functional. Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete pricing for the scope of work provided. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.go). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.go and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company can perform the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. c. Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: ______________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119 (Rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 06/10/2025 at 17:00 PM EST. RFQ responses are due NLT 06/13/2025 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24125Q0534 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov) Set-Aside: URL: https://sam.gov/opp/b930e063a94e447497b9f2ffcf38c7ab/view
OutreachSystems Article Number: 20250606/PROCURE/0141