Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 11 *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 14 DESCRIPTION Combined
Synopsis/Solicitation Notice Effective Date: 02/01/2022 Page 14 of 14 1. This is a combined synopsis/solicitation for commercial services 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. 2. This solicitation is issued as an RFQ
and the solicitation number is 36C26023Q0588. The Government anticipates awarding a firm-fixed price base plus four (4) option year service order from this solicitation. 3. This is a
solicitation for Fire Extinguisher Inspection and Maintenance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
(FAC) 2023-02 Effective March 16, 2023. 4. This solicitation is 100% set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this
procurement is 541350, with a small business size standard of $11.5 Million, and PSC H242. All interested parties shall provide quotations for this service please address all aspects of
the requirement in your quote. If you are not local, outline how your company will be able to react to any issue within the facility. All interested companies shall provide quotations for
the following: Item Description Quantity Unit Amount 0001 Services non personal, the contractor shall provide the Walla Walla VAMC monthly inspection of all fire extinguishers in
accordance with the SOW. Contract Period: Base POP: 09/30/2023 09/29/2024 12 MO 0002 Services non personal, the contractor shall provide the Walla Walla VAMC annual recertification of all
fire extinguishers, including 12 month inspection, and 6 and 12 year inspection, testing, and maintenance in accordance with the SOW. Contract Period: Base POP: 09/30/2023-09/29/2024 1 JB
0003 Services non personal, the contractor shall provide maintenance and refill or all fire extinguishers for the Walla Walla VAMC in accordance with the SOW. Contract Period: Base POP:
09/30/2023-09/29/2024 1 JB 0004 Service non personal, the contractor shall provide BLG 140 kitchen hood inspection in accordance with the SOW. Contract Period: Base POP:
09/30/2023-09/29/2024 2 JB 1001 Services non personal, the contractor shall provide the Walla Walla VAMC monthly inspection of all fire extinguishers in accordance with the SOW. Contract
Period: Option 1 POP: 09/30/2024 09/29/2025 12 MO 1002 Services non personal, the contractor shall provide the Walla Walla VAMC annual recertification of all fire extinguishers, including
12 month inspection, and 6 and 12 year inspection, testing, and maintenance in accordance with the SOW. Contract Period: Option 1 POP: 09/30/2024-09/29/2025 1 JB 1003 Services non
personal, the contractor shall provide maintenance and refill or all fire extinguishers for the Walla Walla VAMC in accordance with the SOW. Contract Period: Option 1 POP:
09/30/2024-09/29/2025 1 JB 1004 Service non personal, the contractor shall provide BLG 140 kitchen hood inspection in accordance with the SOW. Contract Period: Option 1 POP:
09/30/2024-09/29/2025 2 JB 2001 Services non personal, the contractor shall provide the Walla Walla VAMC monthly inspection of all fire extinguishers in accordance with the SOW. Contract
Period: Option 2 POP: 09/30/2025 09/29/2026 12 MO 2002 Services non personal, the contractor shall provide the Walla Walla VAMC annual recertification of all fire extinguishers, including
12 month inspection, and 6 and 12 year inspection, testing, and maintenance in accordance with the SOW. Contract Period: Option 2 POP: 09/30/2025-09/29/2026 1 JB 2003 Services non
personal, the contractor shall provide maintenance and refill or all fire extinguishers for the Walla Walla VAMC in accordance with the SOW. Contract Period: Option 2 POP:
09/30/2025-09/29/2026 1 JB 2004 Service non personal, the contractor shall provide BLG 140 kitchen hood inspection in accordance with the SOW. Contract Period: Option 2 POP:
09/30/2025-09/29/2026 2 JB 3001 Services non personal, the contractor shall provide the Walla Walla VAMC monthly inspection of all fire extinguishers in accordance with the SOW. Contract
Period: Option 3 POP: 09/30/2026 09/29/2027 12 MO 3002 Services non personal, the contractor shall provide the Walla Walla VAMC annual recertification of all fire extinguishers, including
12 month inspection, and 6 and 12 year inspection, testing, and maintenance in accordance with the SOW. Contract Period: Option 3 POP: 09/30/2026-09/29/2027 1 JB 3003 Services non
personal, the contractor shall provide maintenance and refill or all fire extinguishers for the Walla Walla VAMC in accordance with the SOW. Contract Period: Option 3 POP:
09/30/2026-09/29/2027 1 JB 3004 Service non personal, the contractor shall provide BLG 140 kitchen hood inspection in accordance with the SOW. Contract Period: Option 3 POP:
09/30/2026-09/29/2027 2 JB 4001 Services non personal, the contractor shall provide the Walla Walla VAMC monthly inspection of all fire extinguishers in accordance with the SOW. Contract
Period: Option 4 POP: 09/30/2027 09/29/2028 12 MO 4002 Services non personal, the contractor shall provide the Walla Walla VAMC annual recertification of all fire extinguishers, including
12 month inspection, and 6 and 12 year inspection, testing, and maintenance in accordance with the SOW. Contract Period: Option 4 POP: 09/30/2027-09/29/2028 1 JB 4003 Services non
personal, the contractor shall provide maintenance and refill or all fire extinguishers for the Walla Walla VAMC in accordance with the SOW. Contract Period: Option 4 POP:
09/30/2027-09/29/2028 1 JB 4004 Service non personal, the contractor shall provide BLG 140 kitchen hood inspection in accordance with the SOW. Contract Period: Option 4 POP:
09/30/2027-09/29/2028 2 JB 5. Statement of Work: FIRE EXTINGUISHER INSPECTION AND SERVICE W ALLA WALLA VA MEDICAL CENTER 1.Background: As per the latest editions of NFPA 101, NFPA 10 and
VA guidebook, the Walla Walla Veterans Administration Medical Center (i.e. WWVAMC) maintains fire extinguishers that require monthly, annual (performed in November of each year), 6 year
and 12 year hydro servicing. There is also the need to maintain a kitchen hood in one of its buildings requiring semi-annual inspection. 2. Scope: There are currently 191 extinguishers
within buildings and two in vehicles across the WWVAMC. Each fire extinguisher that is not in a hazardous area, such as a high-voltage vault, must be inspected each month and serviced
annually. Contractor to utilize blank hard copy of inventory from the outset of the monthly/annual inspections. Contractor to install blank tag at the outset of each new year. Contractor
to utilize weatherproof tag and ink for units placed outdoors. Contractor will mark date and initials at each extinguisher tag when conducting rounds. When all work is complete,
Contractor will submit signed comprehensive inventory, with today s date, to FMS office. Contractor to add comments (i.e. extinguisher obstructed by furnishings). Documentation will be
archived by FMS. Contractor to recharge spent extinguishers. Spare extinguishes are within the incinerator building 107. Refer to enclosed inventory for exact quantities of devices at
Walla Walla VAMC. 3. Specific Tasks: A. INSPECTION: 1. Monthly: The Contractor will inspect each fire extinguisher monthly on the 15th of the month, with no less than 26 days and no more
than 34 days apart. This inspection will be documented at each extinguisher on a physical tag. All inspections shall follow NFPA guidelines. Inspection tags shall note the month/year of
inspection along with the initials of the person performing the inspection. Contractor to let POC know of any units that are being blocked, missing, or moved to another location. 2.
Annual: A visual examination of all fire extinguishers shall be made to detect obvious physical damage, corrosion, nozzle blockage, to verify that the operating instructions are present,
legible and facing forward and that the HMIS information is present and legible, and to determine if a 6-year interval examination or hydrostatic test is due. Please refer to NFPA table
7.3.3.1 Maintenance involving internal examination for the type and frequency of examination needed. 3. 6-Year: Refer to inventory list for which devices will be due for inspection. A
durable weatherproof label shall be affixed to those extinguishers that pass the appliable 6-year requirement. Any previous 6-year label shall be removed. 4. 12-year: Hydrostatic testing:
When subjected to temperatures at or above their listed rating, stored-pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied and subject to the appliable
maintenance and recharge procedures on an annual basis. 5. Refer to inventory list for which devices will be due for inspection. 6. Kitchen hood in building 140 shall be inspected
semi-annually. B. SERVICE: 1. Annual: The tamper seal of rechargeable fire extinguishers shall be removed and after applicable maintenance procedures are completed, a new listed tamper
seal shall be installed. Seals or tamper indicators on non-rechargeable type extinguishes shall not be removed. All removable extinguisher boots, foot rings and attachments shall be
removed to accommodate thorough annual cylinder examinations. 2. An annual service of each extinguisher will occur no less than 355 days and no more than 375 days apart and be documented
at the extinguisher. Extinguishers not meeting the inspection criteria will be serviced and placed back in their holder. Contractor to provide and replace tag at annual inspection. 3.
6-year: Every 6 years, stored pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied and subjected to the appliable internal and external examination
procedures as detailed in the manufacturer s service manual and per NFPA standards. 4. 12-year: Stored pressure fire extinguishers that require a 12-year hydrostatic test shall be emptied
and subjected to the applicable internal examination procedures as detailed in the manufacturer s service manual and per NFPA standards. 5. Performance Monitoring: Performance will be
monitored by random inspections of the work by the Safety program. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The VA will furnish locations of each
fire extinguisher included in the inspections. 7. Identification of Potential Conflict of Interest (COI): A. The contractor has the responsibility to ensure no potential Conflicts of
Interest exist prior to performance of the work required for the contract. 8. Contractor Identification A. Contact the POC and Police for badges. Work requires a POC Sponsored badge,
which require fingerprint and background check. The Contractor and all workmen on VA property for the execution of the contract shall be issued and wear a VA Contractor Badge at all
times. B. Each individual will be asked to provide a State issued photo ID such as a Drivers License the first time they are issued a Contractor Badge. A photocopy of this ID will be kept
on file by the VA along with a record of employer, badge number, and date of issue. C. The recipient of the Contractor Badge is responsible for the badge at all times. If a Contractor
Badge is found to be missing, notify the CO for security, and re-issuance of a new badge. A person not wearing their Contractor Badge may be detained for verification of identity and
employment. D. Contractor shall be issued keys to buildings which must be returned at end of contract. E. The Contractor shall be responsible to ensure that badges issued to ALL workmen
are returned upon completion of work. 9. Place of Performance: Department of Veterans Affairs Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Walla Walla, WA 99362 10.
SECURITY REQUIREMENTS The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees
shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. A flash badge shall be obtained from the VA
Facility Human Resource office. The flash badge will be worn while the Contractor employee(s) is on-site and will be returned to the HR office, upon completion of that job. 11. Federal
Holidays and working hours Working Hours: Regular hours are 8:00 am to 4:00 pm, local time, Monday through Friday except for Federal Holidays. Work outside the normal working hours when
directed by the VA must be with the written approval of the Contracting Officer unless those hours have been included. Work outside these hours at the request of the Contractor shall not
result in any increase in price. (End of SOW) 6. Place of Performance: Department of Veterans Affairs Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Walla Walla, WA 99362
All services will be coordinated with the Walla Walla VAMC Point of Contact. The full text of FAR and VAAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: 7. FAR 52.212-1, Instructions to Offerors
Commercial Products ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting
(AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) * 52.252-1 Provisions Incorporated by Reference (FEB 1998)
(a) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (b) Offerors are warned against contacting any VA personnel other than the Contracting Officer
and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such
contact may be excluded from award considerations. (c) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the
like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (d) All
information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for
evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 8.
FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this
procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors shall be used to evaluate offers: 1.
Technical Compliance with all aspects of the SOW: Capability statement must demonstrate sufficient understanding and ability to perform the Statement of Work. 2. Past performance. Provide
a minimum of two prior contracts (recent within the last three years) with points of contact. Past performance will be graded on a strict pass or fail criteria. Past performance will be
evaluated using CPARS, as well as the past performance references. If an Offeror does not have past performance available in CPARS, the past performance references will be used
exclusively. Government databases and previous Project Owners/CORs may be contacted as references. The Government may research offeror performance on any federal, state, local, and
commercial contracts of the offeror that is known to the Government, but not included on a submitted reference. Additionally, the personal experience and evaluator knowledge of offeror
performance may be utilized 3. Price. The government intends to make a best value determination based on, but not limited to, adherence to the Technical compliance, Past Performance, and
Price. *Past performance and compliance with all aspects of the SOW when combined are more important than price. A written notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors
specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is
received before award. 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if
has not been completed on SAM.gov. 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: 10. FAR 52.212-4, Contract Terms and Conditions Commercial Products (OCT 2018) ADDENDUM to FAR 52.212-4
The following clauses are included as a part of the addendum: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance
(OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) *52.217-8 Option to Extend Services (NOV 1999) *52.217-9 Option to Extend the Term of the Contract (MAR
2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest After Award (AUG 1996) 52.252-2 Clauses Incorporated by Reference (FEB 1998)
*NOTE: For this requirement: It is within the government s best interest to include the FAR clause 52.217 8, Option to Extend Services and 52.217-9 Option to Extend the Term of the
Contract. The contract period will be cover 5 years (Base plus four options). FAR 52.217-8 option to extend the contract term is being evaluated as part of the initial evaluation, so that
any resultant exercise of this option is within scope of the pending contract. The option provision may be exercised more than once, but the total extension of performance hereunder shall
not exceed six (6) months. If conditions warrant the exercise of FAR 52.217-8, the price(s) for the continued performance under this clause shall be at the same price(s) as the prior
performance period. VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.208-70 Service-Disabled
Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.208-71 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factor Commitments (JAN 2023 DEV)
852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The
Contractor shall conform to the standards established by: The publications listed in the statement of work. (b) The Contractor shall submit proof of conformance to the standard. This
proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof
may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may
obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: The appropriate organizations that
manage/distribute the established standards listed in the statement of work. (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the
request.852.211-72 Technical Industry Standards. 11. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products (MAR 2023) The
following subparagraphs of FAR 52.212-5 are applicable and incorporated by reference: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L.
109-282) (31 U.S.C. 6101 note) 52.209-6 52.219-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31
U.S.C. 6101 note) Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (MAR 2023) (15 U.S.C 632(a)(2)) 52.222-3 52.222-19 Convict
Labor (JUN 2003) (E.O. 11755) Child Labor Cooperation with Authorities and Remedies (DEC 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP
2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50
Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 12. There are no additional contract requirements, terms, or conditions. 13. All
quoters shall submit according to the following: Quotes must be emailed to Maureen.Sundstrom@va.gov and received no later than 3:00 PM PST on 05/24/2023. Quotes may be submitted on this
document or the vendor s own form. Any offer that does not provide the supporting documentation, outlined above, will be considered non-responsive. No late quotations will be accepted.
The Government intends to make award without discussions. For information regarding the solicitation, please contact Maureen Sundstrom at Maureen.Sundstrom@va.gov.