Montana Bids > Bid Detail

H342--Ft Harrison Fire Damper Inspection

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159555326755666
Posted Date: Jan 11, 2023
Due Date: Jan 18, 2023
Solicitation No: 36C25923Q0169
Source: https://sam.gov/opp/a0d6815c08...
Follow
H342--Ft Harrison Fire Damper Inspection
Active
Contract Opportunity
Notice ID
36C25923Q0169
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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 11, 2023 10:09 am CST
  • Original Response Date: Jan 18, 2023 10:30 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H342 - INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 541350 - Building Inspection Services
  • Place of Performance:
    Department of Veterans Affairs Fort Harrison VA Medical Center , MT 59636
    USA
Description
2


Rocky Mountain Network 19 | Montana VA Health Care System (436)
3687 Veterans Drive | P.O. Box 1500
Fort Harrison, MT 59636-1500
1.877.468.8387 | 406.442.6410
www.montana.va.gov

Requirements
GENERAL
The Ft Harrison VAMC is currently seeking a qualified contractor to test and inspect all fire dampers at the facilities/locations indicated in Attachment A which total 107 dampers.
Per the NFPA and The Joint Commission fire and smoke dampers in a hospital require inspection every 6 years. Various locations, inside and outside of buildings 141, 154, 154A, 169, 150, 171 & 172 of the Ft Harrison VAMC.
SCOPE
The contractor will perform the following for EACH damper:
Contractor must furnish all parts and labor to test all fire dampers using owner provided drawings for locating fire dampers as per NFPA 90A 5.4.5.4.1, NFPA 90A-2012: 5.4.8; NFPA 80-2010: 19.4; NFPA 105-2010: 6.5. Fire dampers must be tested for closure in accordance with UL 555S, standard for safety fire dampers.
Locate, access, and survey area of damper. Inspect all linkage and pivot points for freedom of movement and condition.
Actuate damper to ensure equipment works as designed and closes properly.
Lubricate, exercise, and replace fusible links as necessary.
Identify each unit location with a ceiling grid damper label.
Authenticate compliance utilizing a customized label applied directly to each damper unit specifying reference number and inspection date.
Contractor must remove and reset fusible links to verify such fire damper fully closes and if necessary, replace any fusible links that are compromised per NFPA.
Create a detailed comprehensive damper inspection inventory/matrix report in Excel format specifying the pertinent inspection date, facility/building, floor area, unit location, reference number, damper type, damper motor manufacturer/ model number, and the current operational status with complete explanation of any problematic issues and recommendations for corrective actions.
Contractor must test with normal air flow unless otherwise directed.
Thoroughly clean all areas with a high-density HEPA filtration system. Perform all related infection control measures as required.
Complete all pertinent damper unit repairs as deemed necessary i.e., fusible link replacements, linkage adjustments, damper unit mounts, flex installations, etc. Repair exceptions pertain only to damper actuator/motor retrofits, access door installations and new damper unit installations during the initial inspection phase.

SMOKE DAMPER PROTOCOL
Contractor must be flexible regarding work schedules and special conditions. Contractor must provide all required equipment and be fully insured. Contractor will coordinate all work with assigned hospital point of contact.
Inspection and maintenance of all dampers will be conducted in accordance with the latest editions of NFPA 80, 90A and 105, The Joint Commission, and CMS protocols.
Contractor will perform work in accordance with the Healthcare Infection Control Practices Advisory Committee (HICPAC) and Hospital Infection Control Policies with utilization of the Infection Control Risk Assessment (ICRA) process.
Special Instructions
1. If the only access point is longer than an arm s reach away from the damper, perform a visual inspection to the limit allowable. Look at the frame for signs of twisting or kinking. Look for rust or buildup of any kind that may keep the damper from closing. Look for the obvious, such as wire or conduit running thru the damper. Record your observations and have them available for review to the project COR.
2. If the damper is inaccessible, the damper must still be located, mapped on drawing and labeled at its physical location and included in the report. Consult w/ COR to determine follow up actions.
Deliverables
At the conclusion of the inspection the contractor must provide evidence of damper inspection for submission to include the following:
A listing of the location of each damper, such as damper number, and whether such damper passed and or failed
Digital photographs of each damper before and after performance of the inspection (showing each damper opened and where operable, closed)
The name and signature of the technician that performed the test and inspection as well as the date of the service.
A complete list completed by the technician that all test functions were completed.
If the fire damper fails inspection and test, contractor must provide a detailed list with cost estimate needed for repair to bring the fire damper into a full readiness condition.
Period of Performance
Inspections will be performed within 60 days of award of contract. Final reports will be due within 30 days of inspection completion.
Work Schedule
Work will be performed during normal business hours 0700 1700 with the exception of the ORs & SPS on the 2nd floor which require testing after 1700hrs or when all scheduled activities have ceased for the day. Coordinate working schedule with the COR prior to beginning construction. Any work to be performed outside normal business hours and on weekends or holidays will need to be coordinated with the COR three days prior.
Privacy Statement
Information Security: The C&A requirements do not apply. A Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures.
Attachment A
In addition to the locations identified below, Contractor to identify and verify locations in new Primary Care Clinic bldg. 172.




IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.

QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) certified technicians to perform services with unrestricted access to the facility during inclement weather. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507.

Please communicate via e-mail to Joycellyn.Williams@va.gov by 10:30 AM CST on January 18, 2023, as to your company s ability to perform service per this brief Scope of Work.

If interested, please provide the following:
Provide company s capability statement describing ability to perform Preventative Maintenance services as outlined
Please state if you will be subcontracting any portion of the work or specifically state if no subcontracting will be performed
IF subcontracting, provide the name and socio-economic category of the subcontractor
Outline the specific tasks to be performed by the Prime Contractor and the specific tasks required to be performed by a subcontractor
Please provide your UEI Number or CAGE Code
Only written responses, to items 1 through 5 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes.

DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI.
Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 11, 2023 10:09 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >