Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

J -- PM & Repairs FOR Parking Lifts At The Manhatan VA

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-10-RQ-0054
 
Response Due
11/19/2009
 
Archive Date
1/18/2010
 
Point of Contact
Greg Vogt
 
E-Mail Address
Contract Specialist
(gregory.vogt@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis:Sources Sought Notice only. This is not a request for quotes or proposals. No formal solicitation document exists at this time. Seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) able to provide preventative maintenance for parking lifts located at the NY Campus VA NY located at 423 East 23rd St., NY, NY 10010. Vendor to replace/repair all control vales electrical /mechanical, hydraulic lines, all cables, hoses, pies & fittings and any and all cables as deemed necessary. Preventive maintenance on all parking lifts shall be performed once each month and is to include: --visual inspection of all mechanical, electrical, and hydraulic components to insure they are in safe and proper operating condition; to include: -- inspection of valves and solenoids for proper condition, operation, leaks, etc.; --inspection of motors, electrical panels, pumps for safe and proper operating condition; -- inspection of all cables, chains, handles, wheels, tracks, safety stops, clamps, etc. for proper condition and operation; --check of all fluid levels, pressures, voltages, etc to insure they are at safe and proper levels; --cleaning of equipment; --grease and lubrication of all moving parts as necessary; --complete operational check of each lift to insure safe and proper operation; --reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications; --calibrating and lubricating the equipment; --performing remedial maintenance of non-emergency nature; --testing and replacing faulty and wok parts and/or parts those that are likely to become faulty or become worn; --inspecting and replacing fluids, filters and seals as necessary; --measuring, adjusting and calibrating as necessary for optimum performance; --inspecting and replacing where indicated, electrical wring and cables for wear and fraying; --inspecting and replacing where indicated, all mechanical components including; but not limited to, connectors, knobs, cases, bezels, mounting hardware, patient restraints and support devices cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, switches and patient couches for mechanical integrity, safety and performance; --inspecting and calibrating monitoring, recording and hard copy devices; --returning the equipment to the operating condition as defined in the section entitled Conformance Standards; --operational verification of all functions and features; --providing documentation of services performed; PM inspections are scheduled by dates, unless indicated otherwise in Schedule of Equipment, for example by equipment running time. If one or more inspections are specified then itemized, PM procedure and at least one PM Engineering Service Report (ESR) with authorization signature must be received in the Engineering Department by January 1. If two inspections, the second is to be done six months later and documents received by July 1. All exceptions to the PM schedule shall be approved in advance by the COTR. Any charges for parts, services, manuals, tools or safety software update/upgrade, required are included within this contract, and its agreed upon price unless specifically stated in writing otherwise. Three copies of the preventive maintenance work report shall be delivered--by hand or by mail--to the Chief of Maintenance and Repair, Engineering, Engineering Service, 423 East 23 Street, New York, NY 10010. The contractor shall respond to emergency calls (vehicle stranded) within two hours. Equipment consists of forty-four (44) 2-tier parking lifts, five (5) 3-tier parking lifts, hydraulic pumps and lines. The contractor will provide emergency service with response time of four (4) hours or less (24/7/365) at no additional cost to the VAMC-NY Campus other than to compensate for off-hours work when applicable. Frequency of service includes all emergency repairs to be completed within 24-48 hours after the initial call for service. Any calls not responded to in a timely manner will be billed back to the contractor in the event another vendor needs to be called in to complete necessary repairs. Vendor shall submit three (3) copies of reports detailing all work performed at VAMC-NY Campus. Reports shall be submitted within two (2) weeks after work is completed. Equipment is located in the rear courtyard of the 25th street parking lot. Prior to performing any work, vendor needs to check-in with the foreman of the maintenance operations shop at (212)686-7500 ext. 7294. During normal business hours or vendor must go to the police desk and have the police officer on duty contact the night engineer at beeper 58-183 during off-hours. Vendor must be escorted to the worksite. Service tickets must be provided and signed-off by the maintenance operations shop foreman or designated representative. Vendor is required to obtain VAMC-NY Campus issued identification badges prior to performing any work, except in cases of emergency. Vendor must provide proof of NYC licensing as well as a minimum of five(5) years of past performance. Original licenses will be viewed by the Contracting Officer Technical Representative (COTR) and copies made for files. Vendor is required to supply the VAMC-NY Campus with a service and/or maintenance schedule for prior approval. The NAICS code is 811310 and the small business size standard is $7.0M. Responses to this notice should include the following: Name and address of company/provider (phone number and email of point of contact); indicate whether or not they are a Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) and include experience in maintaining parking lifts and any other essential information demonstrating contractor's ability to meet the above requirements. All responses shall be submitted in writing no later than the close of business, 4PM EST November 19, 2009, to Greg Vogt, Contract Specialist, Bronx VA Medical Center, 130 West Kingsbridge Rd., Bronx, NY 10468. Fax number is 718-741-4321. Email address: Gregory.Vogt@va.gov. If you have questions or need additional information, please contact me at 718-741-4321.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA-243-10-RQ-0054/listing.html)
 
Place of Performance
Address: 423 East 23rd St.;New York, NY
Zip Code: 10010
 
Record
SN02002328-W 20091112/091111000632-6e4fa3ec0bcc005fa2cd0719d5814819 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.