DOCUMENT
J -- Replace A-Bank Elevators Safeties - Attachment
- Notice Date
- 4/9/2013
- Notice Type
- Attachment
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCO 23 - Iowa City;1303 5th St, Suite 300;Coralville, IA 52241
- ZIP Code
- 52241
- Solicitation Number
- VA26313Q1386
- Response Due
- 4/11/2013
- Archive Date
- 4/21/2013
- Point of Contact
- Melissa Hutchison
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA intends to negotiate a SOLE SOURCE procurement under the authority of FAR 6.302.1, FAR 6.302.5, with Schumacher Elevator Co, Inc., 1 Schumacher Way, Denver, IA 50622. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at melissa.hutchison2@va.gov or fax 319-358-6430. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective April 1, 2013. The associated NAICS code is 333921 and small business size standard is 500 Employees. The acquisition is not set-aside and is being negotiated as a SOLE SOURCE procurement. The requirement for this acquisition includes the following: ITEM DESCRIPTION OF QTY UNIT AMOUNT NO. SUPPLIES/SVCS 1 Replace A-Bank Elevator Safeties 1 JB 1. Scope of Work: Schumacher Elevator Company (Contractor) shall provide to the Veterans Affairs Health Care System (VAHCS), Iowa City, IA, all necessary supervision, labor, equipment, materials, parts for the repair, and supplies necessary to replace the safeties and fully maintain elevators in accordance with all terms, conditions, provisions, specifications and schedules. 2. Background: Building 1, A-Wing elevators Type B drum safeties had five units fail during the 5-Year testing in January 2012. In an effort to bring these units into compliance with ANSI A-17 Code, recalibration of all safeties was attempted by Schumacher Elevator Company. The wear from 50+ years of testing has worn the jaws to a level beyond the minimum safety requirements called for by code. The area of greatest concern is based on the following code reference: ANSI A17.1: CODE 2.17.11, page 70. "Drum-operated car and counterweight safeties, requiring continual unwinding of the safety drum rope to fully apply the safety, shall be so designed that not less than three turns of the safety rope will remain on the drum after the over speed test of the safety has been made with rated load in the car." The five A-Bank Elevators listed below do not meet the ANSI A17.1: CODE 2.17.11; therefore, the safeties must be replaced. LOCATIONELEVATOR #TYPEMAKE Main Lobby-A, Bldg. 1No.A1, Pass AutoTractionSchumacher Main Lobby-A, Bldg. 1No.A2, Pass AutoTractionSchumacher Main Lobby-A, Bldg. 1No.A3, Pass AutoTractionSchumacher Main Lobby-A, Bldg. 1No.A4, Pass AutoTractionSchumacher Lobby-A, Bldg. 1 No.A5, Freight PushTractionSchumacher 3. Performance Period: This project supports the safe operation of the main hospital elevators; therefore, completion of this maintenance project is required by June 14, 2013. 4. Type of Contract: A firm-fixed agreement is preferred. The safeties must be replaced with new Hollister Whitney Safeties, or a brand of equal quality, specification and warrantee. Work hours are basically between 07:00AM and 4:00PM, it is possible to arrange for irregular hours if needed. Contractor shall provide to the Veterans Affairs Medical Center (VAMC), Iowa City, IA, all necessary supervision, labor, equipment, materials, parts for the repair, and supplies necessary to replace the safeties and fully maintain elevators in accordance with all terms, conditions, provisions, specifications and schedules. Contractor will furnish a copy of a written maintenance, procedures and the manufacturer's equipment manual. All work performed under this contract shall be in accordance with accredited standards and codes applicable to the equipment covered under this contract as required and outlined by VHS&RA Supplement, MP=-3, G-series Guidelines and in accordance with attached special conditions. Equipment shall meet or exceed manufacturer's operating specifications upon completion of any repair or preventive maintenance procedures. The Contractor must provide elevator testing to ensure that the noted deficiencies with the elevator safeties, were appropriately replaced. This test is to include 5-year and load testing standards. 5. Clean up: Contractor will leave work site in as clean a condition as when work started. Debris accumulated during work procedures shall be removed. Contractor may use VA provided dumpsters (general debris and recycled metal dumpsters are located between Buildings #2 and #16). Equipment or furniture moved during work procedures shall be repositioned to original location. NOTE: The procedures will be strictly enforced by the Contracting Officer and failure to follow will result in delay of payments. 6. Removal of equipment: Any equipment required to be removed from the facility for repair work shall be signed out through Facility Management. Contractor assumes full responsibility for all equipment removed from the facility. 7. Parking: Parking is available in Lot "O", the Contractor's parking lot, which is located between Buildings #7 and #21. The Contractor will be required to post a parking tag visible through the vehicles front windshield. A parking tag can be obtained through the office of Facility Design in Building #21, Room BA02. Contractors failing to park in the designated area may be ticketed by VA Police. 8. Contractor contact information: Schumacher Elevator Company, One Schumacher Way, Denver, Iowa 50622 (800) 779-5438 or (319) 984-5676 Total____________________ The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veteran's Affairs, Iowa City VAMC, 601 Highway 6 W, Iowa City, IA 52246. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 14:00 am CST on April 11, 2013. Proposal may be mailed, faxed or emailed to Melissa Hutchison at the Department of Veterans Affairs, NCO 23, 1303 5th Street, Suite 300, Coralville IA 52241, fax: (319)358-3335, or e-mail: melissa.hutchison2@va.gov For additional information regarding this notice please contact Melissa Hutchison at the provided email address or by calling (319) 339-7159.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26313Q1386/listing.html)
- Document(s)
- Attachment
- File Name: VA263-13-Q-1386 VA263-13-Q-1386.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693866&FileName=VA263-13-Q-1386-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693866&FileName=VA263-13-Q-1386-000.docx
- File Name: VA263-13-Q-1386 Sole Source.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693867&FileName=VA263-13-Q-1386-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693867&FileName=VA263-13-Q-1386-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-13-Q-1386 VA263-13-Q-1386.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693866&FileName=VA263-13-Q-1386-000.docx)
- Place of Performance
- Address: VAMC Iowa City;601 Hwy 6 West;Iowa City, IA
- Zip Code: 52246
- Zip Code: 52246
- Record
- SN03032514-W 20130411/130409234930-22e012580371d1afe44dfbe4f0850ad2 (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 |