R425--Life Safety Assessment-540
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159331076518886 |
Posted Date: | Jan 10, 2024 |
Due Date: | Jan 10, 2024 |
Source: | https://sam.gov/opp/2497810893... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 10, 2024 12:59 pm EST
- Original Response Date: Jan 10, 2024 04:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 09, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
-
NAICS Code:
- 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
-
Place of Performance:
1 Medical Center Drive Clarksburg , WV 26301USA
Description of Work: The contractor shall prepare a full life safety assessment to verify appropriate compliance with the most recent version of NFPA 101. All deficiencies found should be clearly noted with the following:
Deficiency location, building, floor, room, or corridor as applicable
NFPA reference
Corrective action
Contractor shall produce life safety facility drawings depicting the following:
Full building profiles and stacking diagram.
Fire rating of compartments, corridors, egress doors.
Extent of sprinkler protection.
Stair discharge information.
Occupancy type of each area of the facility.
Hazardous material storage locations.
Type of fire suppression utilized in various locations.
Basic building information.
Complete SOC report from 2020 will be provided to the awarded contractor for reference.
3. Material requirements: Building information.
1CA Main Hospital, constructed in 1989.
o Total floors above grade 7.
o One basement level below grade
o Total SF 154,506
1 Main hospital, constructed in 1946.
o Total floor above grade 8.
o One basement level below grade
o Total SF 202,353
5 Residential rehabilitations, constructed in 1946.
o Total floors above grade 2.
o One basement below grade.
o Total SF 9,384.
22 Residential rehabilitations, constructed in 2019.
o Total floors above grade 2.
o One basement below grade.
o Total SF 7,805.
Technical Qualifications: The contractors reviewing and approving authority shall be a licensed fire protection engineer and shall certify the accuracy and thoroughness of the assessment and Life safety drawing upon completion.
Interested & Capable Responses: NCO 5 is seeking responses from companies that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your:
1. Business name, SAM Unique ID, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address).
2. Capability statement and summary of previous experience providing subject services for the Veterans Health Administration or other similar healthcare facilities.
3. GSA contract number, if your company has one, that includes a RSO line item and coverage includes the Washington, DC geographical area.
4. Ballpark cost estimate of what the VA could expect to pay your company to perform the work described above per year.
Responses must be submitted by 16:00 AM (EST) January 16, 2023. Responses to the information requested above must be submitted via email to timothy.russell@va.gov.
This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
- 8849 International Drive Suite 215
- LINTHICUM , MD 21090
- USA
- timothy.russell@va.gov
- timothy.russell@va.gov
- Phone Number (304) 623-3461 ext. 3895
- Jan 10, 2024 12:59 pm ESTSources 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.