H112--NOTICE OF INTENT TO SOLE SOURCE Johnson Controls Inc Fire Alarm Preventive Maintenance Beckley VAMC Base 4 Options

Agency:
State: Federal
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159428422338203
Posted Date: Feb 7, 2024
Due Date: Feb 14, 2024
Source: Members Only
Follow
H112--NOTICE OF INTENT TO SOLE SOURCE Johnson Controls Inc Fire Alarm Preventive Maintenance Beckley VAMC Base 4 Options
Active
Contract Opportunity
Notice ID
36C24524Q0254
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2024 10:40 am EST
  • Original Response Date: Feb 14, 2024 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H112 - QUALITY CONTROL- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
Description

STATEMENT OF WORK
FOR
FIRE DETECTION AND SUPPRESSION SYSTEMS INSPECTION AND MONITORING SERVICES

Beckley VA Medical Center
200 Veterans Avenue
Beckley, WV 25801

A. GENERAL REQUIREMENTS
The Beckley VA Medical Center is a 165,000 square foot 6 story structure and has 12 other operational buildings. The facility is protected by an existing fire detection alarm system. The building fire detection/alarm system is a Simplex 4100S system. The system includes the following building interfaces: (HVAC shutdown, elevator recall, smoke control, fire doors, etc.).
Contractor shall provide parts, labor, material, preventive maintenance services, testing, monitoring and emergency call back for the fire detection and sprinkler system to include fire alarm, fire alarm monitoring, kitchen hoods and annual fire extinguisher inspections and related components at the Beckley VA Medical Center as indicated herein. All services shall be performed in accordance with all applicable National Fire Protection Association (NFPA) codes, local codes, and manufacturer s recommended procedures.
Contractor shall provide an individual(s) who is adequately trained and certified and capable of performing Testing, Maintenance and Inspections and any necessary repairs to the major equipment manufacturer Simplex system.
The contractor shall deliver a written report that describes the test and inspection results and services performed. An estimated list of system components is enclosed within this document. The report shall contain the following:
System information (make, model, all device types).
Pass/Fail for each feature and type of component tested. If a device fails, note device type, address and location on the facility.
Any comments on system (or device) condition as it pertains to service life and dependability.
Master list of all components of the fire protection system.

The contractor shall provide all transportation, shipping, labor, tools equipment and material to accomplish the following:
All work to be completed between 8:00 a.m. and 4:00 p.m. Monday through Friday, except as requested or approved by the VA for special circumstances.
Contractor must respond within two hours of receiving a call for emergency service.
All tests and inspections are to be performed in accordance with the most recent edition of NFPA 101, 25, 72, and 13, as applicable.
Contractors need to have at least 10 years of experience providing technical expertise and performing maintenance, testing and inspections on Fire Alarm and Sprinkler systems and devices.
No valves, gauges, or other parts will be replaced and charged to VA without prior approval from the Contracting Officer Representative (COR) / Fire and Emergency Management or Safety.
No system will be left out of service at the end of a workday or over a weekend without permission of Fire and Emergency Management or Safety. All switches must also be verified that they are reset prior to end of workday.
Contractor will provide a fully completed inspection form for each separate system on the day of the test or inspection; upon Completion of Inspection.
Unlimited service calls shall be provided 24 hours a day, 7days a week, for repairs associated with normal equipment failures (provided during normal working hours Mon-Fri, times specified above, excluding holidays). This provision includes labor, travel, and mileage charges for repairs associated with normal equipment failures and as per contractual requirements. Emergency service will be provided within 24 hours of notification or per NFPA or contractual requirements Monday through Fridays as per times specified above. This provision covers labor to troubleshoot and diagnose system problems, and the labor to replace failed devices.
A key for most locked areas will be provided by the Safety Office. Those locked areas requiring VA assistance will require approximately one-half hour advance notice from the contractor to the Safety Office.
Contractor must provide all tools, supplies, equipment and personnel to perform the work of this contract. Contractor is expected to work independently once oriented, with adequate personnel to accomplish all testing in an efficient manner. Contractor shall also provide all gaskets, packing, lubricants, and common pipe fittings required to accomplish the tasks required of this contract.
Contractor must possess and furnish written proof of a current State of West Virginia license of sprinkler inspections, test, and installation work and other such licensing, certifications, etc. as required by code, regulation and law. Contractor shall also furnish information about qualifications, ability to perform the work, and references regarding related experience in health care facilities. Any NICET certifications must be on file with the VA Contracting Office.
Contractor should assume the need for two hand-type two-way radios or touch-to-talk phones for communication between two contractor employees.
Work is to be conducted in a manner which would present the least amount of disruption to the healthcare facility
Warranty: upon completion and acceptance of all work, the contractor shall provide the VA Safety Office and/or Engineering service with the manufacturer s standard warranty on all workmanship.
In those cases where contractor is required to verify that alarms operate and transmit to VA main fire panel, the contractor may need to have a person at the building s fire alarm panel to confirm the signal.
Work dates must be scheduled with the COR / Fire and Emergency Management or Safety, telephone 304-255-2121 x4191.
If any services must be disconnected, even temporarily, due to scheduled contract work, the contractor will notify the COR at least two working days in advance. If the discontinued service is due to an emergency breakdown, the contractor will notify the COR as soon as possible.
Buildings covered under this agreement include .
Buildings 1, 2, 3, 4, 5, 6, 7, 8, 10,13, 14/15, 16, 22 and 35
Written reports shall be emailed, or hand delivered to the COR / Fire and Emergency Management at: Justin.Greene@va.gov
Contractor shall report to Fire and Emergency Management Team, PRIOR TO STARTING AND AFTER COMPLETION OF WORK.

B. SPECIFIC REQUIREMENTS

Contractor shall perform inspections and maintenance in accordance with the most current editions of the following manuals.

Manufacturer s maintenance manuals
Manufacturer s recommendations.
National Fire Protection Association Standards. (NFPA)
National Electrical Code (NEC)
National Fire Code
Joint Commission requirements. (See below)

Smoke Detectors:

All detectors shall be tested with a listed spray test smoke.
All detectors shall be tested in all areas accessible to the contractor.
Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.).

Heat Detectors:

All restorable heat detectors shall be tested utilizing a heat gun (on low setting) or a hair dryer.
Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.).
Non-restorable heat detectors SHALL NOT be tested using a heat source.

Pull Stations:

All pull stations shall be tested and re-set.
Check for any physical damage
Validation of all building interfaces shall be noted on test report (HVAC, Shut-down, elevator recall, etc.).

Flow-Switch (buildings equipped with sprinklers only):

Check for any physical damage
The Contractor shall activate each flow switch utilizing the inspectors test valve.
Time delay of alarm activation shall not exceed 90 seconds.

Tamper Switch:

Check for any physical damage.
Each system valve tamper switch shall be tested by partially closing the valve to initiate a tamper signal, locking in the nearby monitor module.

Dry Valve (building equipped with sprinklers only):

Check for any physical damage.
Test pressure switch using the inspectors test located on valve.

System Checks:

Verify receipt of fire signal to central station monitoring facility.
Building Interfaces: HVAC shutdown, elevator recall, smoke evac, fire partition, door locks, etc.
All strobes, horns and bells should operate properly, and be free from any visible tampering.
Visually check batteries for leakage or damage.
Disconnect battery for supervision signal.
Open dedicated electrical breaker for supervision signal.
FIRE ALARM SYSTEM
Initial Inspection and Test: The Contractor shall perform a full initial inspection and test of each device on the fire alarm system in accordance with the current edition of NFPA 72, National Fire Alarm Code.
Testing Frequencies from the current edition of NFPA 72 shall be used.
Testing Methods from the current edition of NFPA 72 shall be used.

Maintenance, Inspection and Testing Records: Within 14 days after completing the inspection and testing, the Contractor will furnish a written record to the Fire Safety Specialist or Authority Having Jurisdiction that includes the following:
Contractor s Inspection and Testing Form that includes all the information required by the current edition of NFPA 72.
Date of manufacture of fire alarm system(s) and whether parts are readily available.
The record shall include any problems noted with the system, including inoperable or unsupervised devices or equipment, or devices that cannot be calibrated, tested, or serviced in accordance with the manufacturer s recommendations. Findings noted shall include individual costs to correct/repair them. Each cost shall be broken down into both a parts cost and a labor cost.
The record shall be provided electronically (by email) (formatted in Microsoft Word or Excel).

Correcting Fire Alarm System Problems: The Contractor shall follow the requirements outlined in the section titled Repairs and Unscheduled Work for correcting problems noted to the fire alarm system.

The Contractor shall contact the COR / Fire Safety Specialist for assistance in coordinating the initial fire alarm inspection and test.

Notification: Before proceeding with any testing, the Contractor shall coordinate the notification of all persons and facilities that receive alarm, supervisory or trouble signals (e.g. Fire and Emergency Manager, Boiler Plant, and Monitoring Company). The Contractor will coordinate with the COR / Fire Safety Specialist to ensure that all building occupants are notified. At the conclusion of testing, the Contractor shall notify those previously notified that the testing has been concluded.

After Hours: The Contractor may be required to perform some work, inspections, and tests outside the normal working hours of the building occupants. Any scheduled work that is disruptive to the tenants (testing audible devices, elevator capture, fan shutdown, etc.) shall be performed after the building occupant s normal working hours. The Contractor shall coordinate with the Fire and Emergency Manager to coordinate after-hours access to the building.

Damage to Fire Alarm System: Any damage to the fire alarm or associated equipment (e.g. fans, elevators, generators, pumps) caused by normal testing shall be repaired by the Contractor at no additional cost to the Medical Center. At its discretion, the Safety Office may have representatives present to witness any or all such tests. All costs associated with this damage shall be borne by the Contractor.

Safety Hazards: The Contractor shall immediately notify the COR or Fire and Emergency Manager of any recognized safety hazard that might severely affect building occupants.

Annual Testing - The contractor shall provide labor, time, materials and equipment, necessary to perform annual testing and inspection of:
Each fire alarm system control panel, all input and all output devices, and batteries.
Test, inspection and operation to be performed on all manual fire alarms pull stations, smoke detectors (including elevator shafts), duct detectors, and heat detectors. Any smoke and heat detector that does not operate properly will be calibrated or replaced and reported to the Electric Shop supervisor. Before the removal of smoke detectors can begin, advance notice shall be given to the Contracting Officer Representative.
Cleaning/vacuuming of smoke detectors
Testing and inspection of all detectors
Inspection of all building alarm notification devices (audible devices, speakers, and visual devices)
Inspection and testing of all electro-mechanical releasing devices.
Ground fault for fire alarm system.
Inspection of fire and smoke doors.

Quarterly Testing - The contractor shall provide labor, time, materials and equipment, necessary to perform quarterly testing and inspection of:

Fire alarm equipment for notifying off-site responders
All supervisory water flow and tamper signal devices (Done with Fire Sprinkler Inspection). Must be clearly stated on inspection form individually.

REPAIRS:

The Contractor shall repair malfunctioning system components at no extra cost to the Beckley VA Medical Center.

DEVICES (ESTIMATED):

Alarm Initiation Devices:

Duct Smoke Detector 75 ea.
Heat Detector 16 ea.
Photo Smoke Detector 125 ea.
Pull Station- 115 ea.

Alarm Notification Devices:

A/V Audio/Visual/speaker Signal Device 375 ea.

Control/Auxiliary Devices:

DH Door Holder 50 ea.

Safety Devices:
Backflow valves (16) Each
Fire Extinguishers (180) Each
Tamper and Flows (90) Each
Fire Pump (1) Each
Kitchen Hood (2) Each
FIRE SPRINKLER SYSTEM

The contractor shall provide parts, labor, time, materials, preventive maintenance, testing, equipment and emergency call back necessary to maintain and perform testing and inspection of the wet sprinkler systems and pre-action suppression systems at the proper frequency for all buildings at the medical center and applicable buildings to meet or exceed NFPA Code 72, National Fire Alarm Code 2010 Edition and NFPA 25, Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems 2011 Edition. The contractor shall generally follow the same initial inspection and testing requirements as indicated in the Fire Alarm System section above.
General Requirements:

Contractor will test and inspect Entire Fire Sprinkler System per NFPA requirements.
Services consist of but are not limited to, the performance of quarterly inspections and testing of all mechanical devices including valves, wet and dry sprinklers, couplings, piping and connections, water motor gongs and alerting devices, tamper switches, post indicator valves, pressure switches, water flow switches, standpipes, backflow preventers, fire department connections, pumps and test headers to include Fire Hydrant Flow testing.
This Service Agreement also includes 24/7 service coverage and parts and peripheral replacement, wiring and programming of devices to include: Water Flow Detectors, Low Pressure Switches, High Pressure Switches, System Tamper Switches, Post Indicator Valve Devices and Wall Post Indicator Valve Devices.

Annual Testing - Contractor shall provide labor, time, materials and equipment to perform inspection of:
Each fire alarm system control panel, all input and all output devices.
All system riser main drains
Perform maintenance on all jockey pumps.
Quarterly Testing - Contractor to provide labor, time, materials and equipment to perform inspection and preventive maintenance of:
All supervisory flow/tamper signal devices and fire department notification devices
Compressors and pressurization components as part of pre-action suppression systems.
Performance and documentation is to be in accordance with the most recent edition of the applicable National fire Protection Association Standards 25 and 72.
DEVICES (ESTIMATED):

WF-Water Flow/Tamper Detectors 88 ea.
PIV Post Indicator Valves 15 ea.
FP- Fire Pumps 1 ea.

Wet System Specifications:
Test of water flow alarms. All water flow alarm switches will be tested by drawing water through inspector s test valve.
Test of electric supervisory alarms: Test all supervisory alarm switches on supply valves, by closing all supervised valves and reopening the valves, verify that all local alarms operate, verify that all alarms transmit to boiler plant and the monitoring company.
Inspection and flushing of main drain: Operate the main drain on each system to dislodge and flush any debris in main riser between supply main and cross mains.
Re-seal all valves in open position with wire seal where now sealed, re-lock all chains and padlocks where locked. Contractor furnishes wire seals.
Test of water flow alarms:
Water flow alarm switches will be tested by drawing water through inspector s test valves.
Record elapsed time (switch retard) for switch activation-alarm initiation-local alarm, to determine if retard setting meeting VA standards (45 seconds from water flow to alarm signal activation).
Verify that alarm signals transmit to boiler plant.
Test run fire pump and locked pump as specified in NFPA annual performance test for fire pumps. Record pilot reading, calculate and record GPM flow. As referenced in the most recent edition of NFPA 20.

Dry (Pre-Action) System Specifications:
Trip test of main dry pipe valves. Trip test each main system riser dry valve by opening inspectors test valve to simulate sprinkler flow.
NOTE: The time (seconds) required from inspection valve open to trip (clapper valve open) and water flow at inspection test valve.
Rapid air exhauster test. Observe the function of the rapid air exhauster during the trip test of the main dry pipe clapper valve, to determine if the air exhauster function is adequate.
Test all water flow alarm switches and alarm circuits: Test the function of all water flow alarm switches to assure they transmit water-flow alarm to local (building) bell/gong, and to control center and that switch settings are under 45 seconds.
NOTE: Record delay time on each test report form. Dry pipe system low points are to be drained upon completion of the trip tests.
KITCHEN HOOD FIRE SUPPRESSION SYSTEMS (Semi-Annually)

SEMIANNUAL cleaning, testing, inspection, and maintenance of all elements of the hood and suppression system and including power shut offs, gas shut offs, and a physical initiation of the system without expelling the extinguishing material.
Work is to include replacement of chemical extinguishing material and links when required.
All tests, inspections, cleaning and maintenance are to be performed in accordance with NFPA Standard 96, and all applicable state and federal regulations.
Locations of hoods
Building 1 (Canteen serving area 1 hood); Building 1(Dietetics 1 hood)
STANDPIPES AND FIRE PUMPS

Provide all labor, tools, equipment, materials and supervision for the annual test, inspection and maintenance of standpipes.
Fire Pump is located in Building #10.

Annual Standpipe Flow Test:

The contractor will perform the annual standpipe flow test in accordance with NFPA 25.
This test to be performed in the uppermost or most remote part of each building to determine the flow rate in gallons per minute (gpm) and the residual pressure in pounds per square inch (psi). The flow will be maintained for at least 30 minutes.
Fire pump controls will be switched off during the first half of the test and on the second half of the test with results recorded for both operations.
Contractor will provide all tools required including a water diverter funnel and fall protection for standpipes located on the roof.
Test data will be properly recorded on forms approved by NFPA 25 and signed by the inspector.
Annual Fire Pump Full Flow Test:

The contractor will test each fire pump annually to determine flow rate, pump pressure, pump motor current, voltage and speed at peak load. All valves in suction line will be checked to assure that they are fully open.
The inspector will record the date, total flow rate, test meter gpm, suction and discharge pressure, number and size of hose nozzles with corresponding psi and total gpm, pump motor current, voltage and speed, and sign for each fire pump.
Performance curves will be documented showing pressure at 0%, 100%, and 150% flow rate of pump. This graph will be completed in accordance with NFPA 20-11.3 and presented to the Health and Safety Office.

FIRE EXTINGUISHERS:

Contractor shall furnish all labor, material, tools, and equipment necessary for conducting annual inspections of ABC fire extinguishers and KClass/Halotron extinguishers.
The inspections are to be conducted in accordance with the latest edition of NFPA 10. In addition to documenting the completion of the visual check on the contractor shall furnish tags on each extinguisher, a physical check mark is to be made on the monthly inventory beside each fire extinguisher receiving the visual inspection verifying that each extinguisher has been visually inspected.
The annual maintenance is to be conducted by a technician certified in accordance with the latest edition of NFPA 10.
The annual maintenance is to include a dusting/cleaning/wipe down of each unit and re-installation of tamper seals and contractor provided tags dated with the current year.
All work will be completed between the hours of 8:00 AM and 4:00 PM, Monday through Friday, or at a mutually agreed time as requested by the Safety Office for special circumstances.
Contractor shall use standard inspection reports for monthly and annual inspections. A fully completed inspection report will be provided for each annual visit to Safety Office.
The COR / Safety Office will assist or provide the entry key for locked areas. VA will check out keys to the contractor for majority of areas which are then to be checked back in by the end of normal business hours. Work dates must be scheduled with the Safety Office one week prior to the contractors anticipated work.

REPAIRS AND UNSCHEDULED WORK
1. Definition of Repairs. Repairs are defined as unscheduled work to repair or modify a fire alarm/fire sprinkler system, or to correct recurring system and/or equipment malfunction(s).
2. Repair Parts. Contractors or Sub-Contractors who perform repairs under this contract shall be capable of providing replacement parts within 24 hours for the central processing unit (CPU), controller, monitoring and signaling cards, display boards, and other critical parts that may be necessary to restore the equipment and systems
3. Correction of Deficiencies. When all listed deficiencies have been corrected, the Contractor will sign and date the inspection report and return it to the Fire and Emergency Manager. At its discretion, Beckley VAMC may then re-inspect the work.
4. Critical and Non-critical Repairs. Initial response to repair calls will be based on the nature of the repair, whether, in the opinion of the Fire and Emergency Manager or Authority Having Jurisdiction, it is Critical or Non-critical in nature. Critical Repairs are those repairs affecting the continued occupancy of a building, or certain operations in a building, which are critical in nature.
5. Critical Repair Response. Due to the emergency nature of Critical Repairs, the Fire and Emergency Manager or Authority Having Jurisdiction will normally make the requests for repairs verbally, following by a written work order. Requirements for critical repairs include:
After being notified of a repair request, make live voice contact with the Fire and Emergency Manager or Authority Having Jurisdiction within one hour, have a qualified technician on-site within 4 hours, and complete the repair within 24 hours.
If the local technical representative cannot identify the problem within 24 hours, they shall escalate the problem to the next technical level as necessary, to identify the problem and provide a solution.
If the fire alarm system cannot be repaired within 24 hours, the technical specialist shall notify the Fire and Emergency Manager with a proposal for completing the work, including a not-to-exceed cost and the time required. The proposal may be approved verbally but must be approved by the Fire and Emergency Manager before proceeding with the work. A verbal approval will be followed by a written work order.
Update the Fire and Emergency Manager or Authority Having Jurisdiction on the status of the repairs every 24 hours until repairs are complete.
6. Non-Critical Repairs. Requests for repairs will be set forth in work orders listing the type of equipment, description of the malfunction, and the facility point of contact. Requirements for Non-critical Repairs include:
After being notified of the need for repairs, make live voice contact with the Fire and Emergency Manager or Authority Having Jurisdiction within two hours, have a qualified technician on-site within 8 hours, and complete the repair within 48 hours.
If the local technical representative cannot identify the problem within 48 hours, they shall escalate it, to the National Accounts level if necessary, to identify the problem and provide a solution.
If the fire alarm system cannot be repaired within 48 hours, the technical specialist shall notify the Contracting Officer with a proposal for completing the work, including a not-to-exceed cost and the time required. The proposal may be approved verbally but must be approved by the Safety Office before proceeding with the work. A verbal approval will be followed by a written work order.
Update the Ordering Official and Authority Having Jurisdiction on the status of the repairs every 24 hours until repairs are complete.
7. Testing after repairs. All repairs shall be tested according to requirements of the current edition of NFPA 72. A representative of the Safety Office may witness testing. Notify the Fire and Emergency Manager or Authority Having Jurisdiction of the schedule for testing with sufficient notice to allow testing to be witnessed. Contractor must provide written certification that repairs are complete. The document shall also include the names and titles of the witnesses to the test.
8. Contractor shall provide, in writing, before leaving the building:
Suspected cause(s) of the malfunction(s), and actions to prevent reoccurrence.
A list of components used to make the repair.
Hours required making the repair.
9. Full System Repair Records. Upon request, the Contractor shall furnish a record of all repairs they have made to an individual fire alarm system.

10. Services shall comply with applicable requirements of the current edition of NFPA 72, National Fire Alarm Code, which establishes the minimum requirements for the periodic inspection, testing, and maintenance of fire alarm systems, except as modified herein.

11. Preventive maintenance shall be performed by the Contractor to keep the system equipment operable or to make repairs in accordance with the current edition of NFPA 72 and this specification. Operations and maintenance manuals, as-built installation drawings, and other system documentation shall be retained to assist in the proper care of the system and its components. Frequency of maintenance is indicated in the appropriate chapter of the current edition of NFPA 72.

Note: Corrective maintenance shall be determined from the periodic testing and inspections of each system.

12. The Contractor shall not be responsible for upgrades that are required by code due to a change in occupancy, relocation of partitions, or types of materials stored by the building occupants.

13. Records shall indicate the procedure performed (inspection, test, or maintenance), the person/organization performing the work, the results, and date.

Test results shall be compared with those of the original acceptance test, if available, and with the most recent test results. If items that have been corrected since the prior inspection fail to comply with current NFPA standards, the contractor will bring into compliance at no cost to Beckley VAMC.

Reworks will be accomplished at the expense of the contractor.

CERTIFICATIONS AND QUALIFICATIONS
1. All Fire Alarm and Sprinkler Technicians shall be certified in accordance with NFPA standards.

2. Number of Employees. The Contractor shall have available at all times a sufficient number of capable and qualified employees to enable the Contractor to properly, adequately, and safely perform all work required under the terms of this contract.

3. Fire Alarm Systems Engineering and Sprinkler Technicians. Fire Alarm Systems and Sprinkler technicians performing contract work shall meet the service personnel qualification requirements in the current edition of NFPA 72 and have access to at least a NICET Level 1 (Associate Engineering Technician) in Fire Protection Engineering Technology, Fire Alarm Systems and Inspection and Testing of Water-Based Systems. Additionally, the Fire Alarm Technician must have experience in the past five years in fire alarm system testing, repair, maintenance, installation, and related activities of buildings and equipment comparable to the buildings and equipment covered by this contract.

4. Addressable Systems. Technicians or Sub-Contractors modifying the fire alarm control panel systems or other devices used to monitor system shall be factory trained and currently certified for all systems.

5. Licenses & Permits. Contractor and Sub-Contractor personnel engaged in the activities specified by this contract shall be also required to possess certificates of training, licenses, and permits as required by the state, county, parish, city, and other local jurisdictions when the alarm system is installed in a facility covered by such state, county, parish, city, and other local jurisdictions.

JOINT COMMISSION INSPECTION REQUIREMENTS

All inspections listed above will be conducted as required by the latest edition of Joint Commission on Healthcare Accreditation. The following example items will be inspected and documented at the periods indicated. Below is a summary of all tests / inspections covered in this statement of work.

At least quarterly test supervisory signal devices. The completion date of the tests is documented.
At least quarterly test water-flow devices. The completion date of the tests is documented.
Every 12 months test duct detectors, electromechanical releasing devices, heat detectors, manual fire alarm boxes, and smoke detectors. The completion date of the tests is documented.
Every 12 months test visual and audible fire alarms, including speakers. The completion date of the tests is documented.
Every 12 months test fire alarm equipment for notifying off-site fire responders. The completion date of the tests is documented.
For automatic sprinkler systems: Every 12 months, test main drains at system low point or at all system risers. The completion date of the tests is documented.
For automatic sprinkler systems: Every 12 months test fire pumps under flow. The completion date of the tests is documented.
Every 6 months inspect any automatic fire-extinguishing systems in a kitchen. The completion dates of the inspections are documented.
Every 12 months perform maintenance on portable fire extinguishers. The completion date of the maintenance is documented.
Provide testing and documentation for magnetic release for fire/smoke barriers and release of exterior doors during fire alarm testing with door lock system located in police service.

END OF STATEMENT OF WORK

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2024 10:40 am ESTSpecial Notice (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 >