SOLICITATION NOTICE
H -- ELEVATOR INSPECTION AND MAINTENANCE
- Notice Date
- 3/5/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ26-08NT000309
- Response Due
- 3/21/2008
- Archive Date
- 9/21/2008
- Point of Contact
- Robert Mohn, Contracting Officer, 412-386-4963, mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963, mohn@netl.doe.gov
- E-Mail Address
-
Email your questions to Robert Mohn, Contract Specialist
(mohn@netl.doe.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SUBJECT: ELEVATOR INSPECTIONS AND MAINTENANCE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-08NT00309 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following: STATEMENT OF WORK March 2008 ELEVATOR MAINTENANCE 1.0 BACKGROUND: 1.1 The National Energy Technology Laboratory (NETL) is a U. S. Federal government research facility located in Pittsburgh, Pennsylvania, and Morgantown, West Virginia. There are fourteen (14) elevators located in eleven (11) facilities. Four (4) are located at the Morgantown site at 3610 Collins Ferry Road, P.O. Box 880, Morgantown, WV 26507-0880 in Buildings 1 and 26, the Technology Support Facility (TSF), and the Parking Garage. There are nine (9) located at the Pittsburgh site at 626 Cochrans Mill Road, P.O. Box 10940, Pittsburgh, PA 15236-0940 in Buildings 58, 83, 84, 94, 920, 921 and 922. All elevators are subjected to monthly maintenance inspections and tests. This maintenance and inspection service must be conducted by a qualified authorized service representative. This procurement is for a one (1) year contract with four (4) option years for a total of five (5) years. In the first year of the contract twelve (12) of the elevators will be serviced for 12 months and two (2) elevators in the TSF for ten months. All elevators will be included for the option years. 2.0 OBJECTIVE: 2.1 The objective is to obtain a qualified authorized service representative contractor to: (1) Provide "full maintenance" agreement coverage for the fourteen (14) in use elevators identified in paragraph 4.0 and 5.0. ???Full maintenance??? will include but not limited to periodically examine, lubricate, adjust and when conditions warrant, repair or replace the following: Pump Elevator Machines Valves Motor Generators or Solid State Motor Motor Drive Components Controller Components Machine Brakes and parts thereof, including: Bearings Packing Windings and Coils Drive Belts Rotating elements Strainers and Mufflers Contract and relays Brake magnet Coils Resistors, contactors and transformers Brushes and Commutators Brake Shoes, linings and pins Solid State devices Piping in machine room and hoistway Keep guide rails properly lubricated except where roller guides are used. Replace guide shoe gibes or rollers, when conditions warrant, to provide smooth and quiet operations. Repair or replace control cables when conditions warrant. Relamp signals as required, during regular examinations only, except where building maintenance personnel have union jurisdiction. Furnish lubricants compounded to specifications. Periodically examine, lubricate, adjust and, when conditions warrant, repair or replace the following Safety devices: Interlocks and door closers Buffers Limit, landing and slowdown switches Door Protective devices Alarm Bells. Overspeed governors, car and counterweight safeties. Conduct pressure relief valve tests as required by A.N.S.I. A-17.1 code. Conduct a yearly no-load, low-speed test of cars and counterweight safeties and a test of buffers and, every fifth year, a rated load, rated speed safety test and test of governors and buffers, as required by A.N. S.I. A-17.1 code. Periodically examine the tension in all hoisting ropes. Replace all wire ropes and fastening when conditions warrant. Examine and, when conditions warrant, regroove or replace all sheaves assemblies, including drive sheaves, governor tension sheaves, secondary or deflection sheaves, and compensating sheaves. Periodically examine, lubricate, adjust and, when condition warrant, repair or replace the following accessory equipment: Car and corridor operating stations Car and corridor hangers and tracks Door operating devices Door gibes Car fan Periodically clean elevator hatch equipment, including rails, inductors, hatch door hangers and tracks, relating devices, switches, buffers, and car tops. Periodically dismantle brake plunger assembly, examine, replace worn parts, clean, lubricate, reassemble and adjust as required for proper operation. Conduct evaluations of equipment performance, including car speed, door operation, riding quality, car leveling, floor-to-floor time and system operation. These evaluations will be conducted when conditions warrant and will take place during a regularly scheduled maintenance visit. Perform adjustments, repairs and replacements required to maintain manufacturer??? s operating standards. (2) Perform monthly safety inspections, maintenance, repairs and tests for the fourteen (14) in use elevators identified in paragraph 4.0 and 5.0. Monthly safety inspections should be a minimum of 1 (one) hour for hydraulic elevators and 2 (two) hours for traction elevators. (3) Provide 24 hour 7 days a week on-call repair service (4) Provide 24 hour 7 days a week on-call repair service not covered under the "full maintenance" agreement at fixed labor rates (5) Provide required replacement parts not covered under the "full maintenance"agreement at a fixed mark-up rate 3.0 CODES: 3.1 American National Standard Institute (ANSI) and American Society of Mechanical Engineers (ASME) Safety Code for Elevators and Escalators, A17.1 ??? 2004 or the most current revision. 3.2 ANSI/ASME A17.2 ??? 2004 Guide for Inspection of Elevators, Escalators, and Moving Walks or the most current revision. 3.3 Commonwealth of Pennsylvania Department of Labor & Industry Uniform Construction Code (UCC) statue Act 45 of 1999 as amended Chapter 405. 3.4 State of West Virginia Division of Labor Elevator Safety Act SS21-3C of the West Virginia Code. 3.5 29 CFR 1910.261. 3.6 NETL Safety Requirements. 4.0 LIST OF EQUIPMENT MORGANTOWN SITE: 4.1 Building 1: General Elevator, 3,500-pound capacity passenger traction elevator at 200 feet per minute serving 4 landings. 4.2 Building 26: Dover Elevator, 3,500-pound capacity passenger hydraulic plunger elevator at 100 feet per minute serving 4 landings. 4.3 TSF Car 1: Schindler 400A Elevator, 3,500-pound capacity passenger traction elevator at 350 feet per minute serving 6 landings. LIST OF EQUIPMENT MORGANTOWN SITE: CON???T 4.4 TSF Car 2: Schindler 400A Elevator, 3,500-pound capacity passenger traction elevator at 350 feet per minute serving 6 landings. 4.5 Parking Garage: Schindler Elevator, 2,100-pound capacity passenger hydraulic plunger elevator at 100 feet per minute serving 5 landings. 5.0 LIST OF EQUIPMENT PITTSBURGH SITE: 5.1 Building 58: Dover Elevator, 8,000-pound capacity passenger/freight traction elevator at 100 feet per minute serving 4 landings. 5.2 Building 83: Dover Elevator, 8,000-pound capacity passenger/freight traction elevator at 100 feet per minute serving 3 landings. 5.3 Building 84: Dover Elevator, 8,000-pound capacity passenger/freight traction elevator at 100 feet per minute serving 3 landings. 5.4 Building 94: ThyssenKrupp, 5,000-pound capacity passenger hydraulic elevator at 100 feet per minute serving 5 landings. 5.5 Building 920: Dover Elevator, 2,000-pound capacity passenger hydraulic elevator at 100 feet per minute serving 2 landings. 5.6 Building 921: Dover Elevator, 2,500-pound capacity passenger hydraulic elevator at 100 feet per minute serving 2 landings. 5.7 Building 922 East: Schindler Elevator, 2,000-pound capacity passenger hydraulic elevator at 100 feet per minute serving 2 landings. 5.8 Building 922 Center: Dover Elevator, 2,500-pound capacity passenger hydraulic elevator at 100 feet per minute serving 2 landings. 5.9 Building 922 West: Schindler Elevator, 2,000-pound capacity passenger hydraulic elevator at 100 feet per minute serving 4 landings. 6.0 DESCRIPTION OF WORK: 6.1 The contractor shall conduct full service maintenance on all elevators in accordance with the manufacturer's specifications and codes listed in Section 2.0 and 3.0 of the statement of work. 6.2 The contractor shall perform monthly maintenance inspections during the third week of each month. The contractor shall provide a 1-day notice to ensure availability of the equipment. 6.3 The contractor shall have full service maintenance completed by a person qualified and licensed by the Commonwealth of Pennsylvania and the State of West Virginia to perform such service. 6.4 The contractor shall provide to the contract Administrator or their designated technical representative an inspection/repair order form at the completion of work for each elevator for each visit. A form shall be completed for each elevator serviced each visit. The form shall contain, at a minimum, the following information: Current Date Description of Service Performed Name of Person Performing Service Required Repairs Customer Name Parts/Supplies Required Contract Number Comments Section Elevator Designation Customer Signature Line 6.5 The contractor shall identify in the comments section of the inspection/repair order form for corrective repair work; as-found condition, cause of failure, repairs made and as-left condition; whether the work was covered under warranty. 6.6 The contractor shall provide a report of all testing to the NETL Contracting Officer???s Representative or their designated technical representative within 5 working days at the completion of each test and/or service visit. 6.7 The contractor shall provide a certificate of inspection to be posted in the car of each elevator upon completion of each inspection. The certificate shall include, at a minimum, the Company's name; contract number; effective dates of the contract; date inspection was performed; statement of inspection results; and be titled "Certificate of Inspection" or equal. 6.8 The contractor shall provide 24 hour 7 days a week on-call repair service. The contractor shall respond to Emergency and Non-Emergency calls in accordance with negotiated response times established by the contract and Contractor. 6.9 Call back and/or emergency services request, except routine maintenance inspections and tests, shall be made only by authorize personnel designated by the NETL Contracting Officer???s Representative. 7.0 GENERAL NOTES: 7.1 All contractor personnel are required to check in and check out through Security located in Building 7 in Morgantown and Building 923 in Pittsburgh every time they enter or exit the site for any reason. Contractor personnel shall be escorted by a NETL employee during all times that they are on site. 7.2 Replacement Parts 7.2.1 The contractor shall provide all required replacement parts and materials. 7.2.2 General Elevator Company: All replacement parts shall be manufactured by General Elevator Company or equal. Replacement parts manufactured by General Elevator Company shall be billed out at cost. 7.2.3 Dover Elevator Company: All replacement parts shall be manufactured by Dover Elevator Company or equal. Replacement parts manufactured by Dover Elevator Company shall be billed at cost. 7.2.4 Schindler Elevator Company: All replacement parts shall be manufactured by Marshall Elevator Company or equal. Replacement parts manufactured by Marshall Elevator Company shall be billed at cost. 7.2.5 ThyssenKrupp Elevator Company: All replacement parts shall be manufactured by ThyssenKrupp Elevator Company or equal. Replacement parts manufactured by ThyssenKrupp Elevator Company shall be billed at cost. 7.2.6 ???Or Equal??? as used above shall be at the complete discretion of the Contracting Officer???s Representative. 7.3 All contractor personnel are required to attend a safety orientation prior to performing any work on the NETL site. The contractor shall schedule a time for the safety orientation through the NETL Contracting Officer???s Representative or their representative. 7.4 The Contractor shall submit an ES&H Plan as outlined in the attached NETL Procedure 440.1-36A ???ES&H Requirements for Off-Site Contractors Working at NETL. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation ??? Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price for the total base year plus the four option years. QUOTES SHALL IDENTIFY SEPARATE PRICES FOR THE BASE YEAR AND EACH OF THE FOUR OPTION YEARS. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data, if required. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 333921. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different, and all interested parties must be registered in CCR. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on March 21, 2008. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed Robert.Mohn@netl.doe.gov in addition all quotes should also be E-mailed to Richard.Keller@netl.doe.gov All technical questions should be directed to the Technical Representatives Mr. Richard Keller at 412-386-5821.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/446AC79CC768FC4685257403004F65F9?OpenDocument)
- Record
- SN01524546-W 20080307/080305223613 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |