Smoke and Fire Damper Inspection
ID: 75H70524Q00040Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI AREA INDIAN HEALTH SERVICEBEMIDJI, MN, 56601, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from qualified small businesses for the Smoke and Fire Damper Inspection contract at the Red Lake Hospital in Minnesota. The contract involves inspecting approximately 104 smoke and fire dampers, replacing fusible links, and providing a comprehensive report on the findings, all while adhering to NFPA standards and infection control guidelines. This procurement is critical for ensuring the operational readiness and safety of fire control systems within health facilities. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or by phone at 218-444-0511.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for the inspection and maintenance of fire and smoke dampers at the Red Lake Hospital. The contract aims to verify the operational status of approximately 104 dampers, replace fusible links, and deliver a detailed report on findings, including a spreadsheet documenting inspection results. The contractor is responsible for providing all necessary materials, labor, and fulfilling specific requirements, such as compliance with NFPA standards and infection control guidelines. The project will occur during standard administrative hours, with the hospital providing on-site support through a maintenance worker. The expected contract duration is one year, with an all-inclusive pricing model covering all associated costs. Payment will be processed electronically via the Department of the Treasury's Invoice Processing Platform. Additionally, the document includes information on contract administration, invoicing procedures, and federal acquisition regulations applicable to the contract. This RFP reflects the Indian Health Service's commitment to ensuring safety standards in health facilities, focusing on the operational readiness of essential fire safety systems.
    The solicitation 75H70524Q00040 pertains to a Request for Quote (RFQ) for the Smoke and Fire Damper Inspection service. This combined synopsis/solicitation invites proposals from small businesses within the context of federal procurement regulations. The contract type is a Firm Fixed Price, specifically targeting inspections related to fire control equipment under the NAICS code 561621 for Security Systems Services. The location for the service is Red Lake Service Unit, Red Lake, MN, with a performance period of one year from contract approval. The RFQ outlines specific requirements for interested vendors, which include completing various attachments such as representations and certifications, vendor information, and a detailed pricing schedule. Proposals must be submitted by September 25, 2024, with all inquiries directed to the contact specified. The document includes attachments for further details on administrative data, wage determinations, and necessary drawings. This solicitation emphasizes adherence to specific guidelines and aims to ensure compliance and safety in the inspection of smoke and fire dampers. Overall, it serves as a formal request for qualified small businesses to participate in a crucial public safety service.
    The document outlines the solicitation provisions for the Fire/Smoke Damper Inspection contract (75H70524Q00040). It delineates the requirements for offerors, emphasizing the need to submit offers adhering to the federal regulations and guidelines. Key sections include details about the submission process, representation and certification requirements, the handling of product samples, and stipulations regarding small business status. There are instructions for how to submit a technical description and past performance information, along with terms of acceptance for offers. Critical certifications address compliance with federal laws regarding issues such as child labor, tax status, and the Buy American Act. The government seeks responses from eligible small businesses, particularly those under various socio-economic categories, highlighting the importance of inclusion in federal contracting. The document establishes a framework for evaluation of offers, emphasizing the significance of fair competition, transparency, and accountability in the procurement process.
    The Sources Sought Notice (75H70524Q00040) issued by the Bemidji Indian Health Service (IHS) pertains to the inspection of smoke and fire dampers, categorized under NAICS Code 561621 for Security Systems Services. The notice emphasizes adherence to the Buy Indian Act, which mandates prioritizing acquisitions from Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Interested firms are not invited for quotes at this stage but are requested to provide information to assess compliance and eligibility for set-asides in accordance with the Act. Key submission criteria include company details, SAM registration, IEE status, and a capability statement. Additionally, respondents must indicate their association with a Federally Recognized Indian Tribe or Alaska Native Corporation to validate their status. The notice underscores market research to ensure sufficient offers from IEEs and prevent misuse of the Buy Indian Act. It concludes by reminding prospective contractors to complete necessary electronic representations in SAM and that this notice serves solely for research purposes, with no further copies to be issued.
    The Indian Health Service's Buy Indian Act Representation Form is a mandatory self-certification document for Offerors engaged in procurement opportunities, specifically under the Buy Indian Act, for federal contracts. The form requires Offerors to affirm their status as "Indian Economic Enterprises," which involves meeting specific eligibility criteria throughout the contracting process—from the submission of offers to contract execution and performance. It emphasizes the need for immediate notification to the Contracting Officer if eligibility requirements are no longer met. Additionally, successful Offerors must be registered with the System of Award Management (SAM). The document stresses the legal consequences of submitting false information, referencing various law violations and penalties, thus underscoring the importance of integrity and compliance within government procurement processes. The particular solicitation mentioned involves "Smoke and Fire Damper Inspection," with a proposal due date of September 12, 2024. This form is essential in promoting Indian economic interests within federal contracting frameworks.
    The document outlines a detailed inventory of fire, smoke, and combination fire/smoke dampers, organized by their identification numbers and types. It categorizes dampers into three main types: Fire Dampers (FD), Smoke Dampers (SD), and Combination Fire/Smoke Dampers (FSD). The total count includes 59 fire dampers, 14 smoke dampers, and 27 combination dampers, culminating in an overall total of 104 dampers listed. Notably, several fire dampers are marked as "removed," indicating potential updates or changes in the inventory. The structure presents damper types neatly in a tabulated format, allowing for easy identification and reference. This document serves as a comprehensive resource for understanding the existing state of fire safety equipment, likely relevant for government RFPs or grants focusing on safety and infrastructure improvements. Its purpose aligns with regulatory compliance and the enhancement of fire safety measures within government properties.
    The contract outlined in the scope of work focuses on inspecting and maintaining fire, smoke, and combination fire/smoke dampers at Red Lake Hospital. The contractor is tasked with verifying the operation of approximately 104 dampers, replacing fusible links, and documenting test results, while working alongside a maintenance worker provided by the hospital. The work is to be conducted during standard administrative hours and must adhere to Infection Control Risk Assessment (ICRA) protocols and above-ceiling permit requirements. The contractor is responsible for supplying all necessary equipment and labor while following relevant NFPA standards. Detailed documentation of the inspection process, including damper testing results and deficiencies, must be submitted with a visual map indicating the damper locations. Prior discussion with onsite engineering and maintenance staff is required for dampers identified as inaccessible, ensuring clarity on the work completed. This contract serves to ensure the functional integrity and safety of the hospital's fire and smoke control systems, emphasizing compliance and thorough reporting.
    The document outlines Wage Determination No. 2015-4955 by the U.S. Department of Labor's Wage and Hour Division, providing minimum wage rates for contractors covered under the Service Contract Act in Minnesota. Effective from July 22, 2024, contracts signed from January 30, 2022, must pay at least $17.20 per hour, while earlier contracts not renewed after that date must compensate at least $12.90 per hour. Specific occupation codes and titles, including Fire Alarm System Mechanics and Fire Extinguisher Repairers, are provided with their corresponding fringe benefits and rates. Workers are entitled to health benefits, paid sick leave, and vacation, and must receive 12 paid holidays per year. The document also details conformance procedures for unlisted classifications to ensure reasonable wage comparisons. Compliance with various Executive Orders is highlighted, along with provisions for uniform allowances and hazardous pay differentials for certain occupations. This information is crucial for Federal contractors to meet wage, benefits, and employment standards when submitting proposals or adhering to RFP obligations.
    The document addresses discrepancies between facility drawings and actual conditions, urging reference to the Statement of Work for resolution. It emphasizes the importance of aligning construction plans with real-world observations to ensure compliance and project success. This directive is particularly relevant in the context of government Requests for Proposals (RFPs) and grants, where precise documentation and adherence to stipulated guidelines are critical. The message underscores the necessity for contractors and project managers to verify plans against existing facilities, thereby reinforcing accountability and maintaining project integrity. Overall, the document serves as a reminder to prioritize accuracy in construction planning and execution within governmental projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    EVS Cleaning Services Staff
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Environmental Cleaning Services Staff to address staffing shortages at healthcare facilities in Minnesota. The contract seeks to hire up to three trained Environmental Service Contract Staff for a base year with four additional option years, focusing on essential cleaning tasks such as daily sanitization, window washing, and trash removal to maintain hygiene standards critical for patient care. This opportunity underscores the government's commitment to ensuring a clean and sanitary environment in healthcare settings while providing economic opportunities for Indian Economic Enterprises under the Buy Indian Act. Interested contractors can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further details.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    DFPC Technical Writing Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified small businesses to provide Technical Writing Services for the development of a handbook for the Division of Federal Projects and Contracts (DFPC). This handbook is essential for documenting operational procedures and ensuring sound succession planning, particularly as a significant portion of the DFPC staff is nearing retirement. The IHS aims to gather insights on the capabilities of small businesses, especially those classified as Native American/Indian-Owned or 8(a) Certificated, to fulfill this requirement. Interested parties must submit their qualifications and relevant experience by September 25, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the inspection, cleaning, and testing of fire safety systems, specifically dampers and detectors, at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project aims to ensure compliance with National Fire Protection Association (NFPA) standards and involves a comprehensive inventory of fire/smoke dampers and detectors across multiple buildings, with a focus on maintaining safety and regulatory compliance. The total estimated award amount for this contract is $41.5 million, with a submission deadline for quotes set for September 23, 2024. Interested parties can reach out to Brian Millington at brian.millington@va.gov for further inquiries regarding the solicitation.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract, identified as solicitation number 36C26024Q0934, requires comprehensive inspections of smoke, heat, and duct smoke detectors in compliance with National Fire Protection Association (NFPA) standards, ensuring the safety and operational integrity of the facility's fire safety systems. This initiative underscores the VA's commitment to maintaining high safety standards in healthcare environments while promoting engagement with Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The total award amount for this contract is $41.5 million, with quotes due by September 23, 2024, and inquiries accepted until September 13, 2024; interested parties should contact Brian Millington at brian.millington@va.gov for further information.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.