Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOURCES SOUGHT

J -- ELEVATOR SERVICE CONTRACT SYRACUSE VA MEDICAL CENTER

Notice Date
2/17/2015
 
Notice Type
Synopsis
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;76 Veterans Avenue;Bath NY 14810
 
ZIP Code
NY
 
Solicitation Number
VA52814Q0491
 
Response Due
2/26/2015
 
Archive Date
3/8/2015
 
Point of Contact
607-664-4748
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for following services. This Sources Sought Notice is NOT a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. NAICS Code 811310, commercial and industrial machinery and equipment repair and maintenance services applies to this procurement with a size standard of $20.5 million. No funds have been authorized, appropriated, or received for this effort. Place of Performance: Department of Veterans Affairs Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 Scope of Work Scope of Work: All parts, labor, and materials for performing maintenance on 21 elevators (4 hydraulic and 17 electric) located at the Syracuse VA Medical Center. This scope of work includes the following: Cleaning, Lubrication and Adjustment Services When required and in accordance with the manufacturer's service manuals, motors, generators, controllers, printed circuit boards, timing devices, relay panels, selectors, leveling devices, operating devices, switches on car and in hoist way, hoist way door and car door or gate operating device, interlocks and contacts, guide shoes, guide grooves in hoist way and car door sills, hangers for all doors and car doors or gates, signal system, car safety devices, governors, tension frames and sheaves in pit shall be cleaned, lubricated and adjusted. Hoist motor and generator brushes shall be checked for wear at least every two weeks. Accumulated carbon dust shall be removed from commutators, brush rigs and windings at the same time. Cleaning and refinishing of the interior of cars and exterior of hoist way frames and doors are excluded. Cleaning Services Guide rails, overhead sheaves and beams, counterweight frames, tops of cars, bottom of platforms and machine room floors shall be brushed clean at least every three months. All accumulated rubbish shall be removed from the pits at least once every three months. A complete cleaning of the entire installation including all machine room equipment, hoist way, equipment, machine room floors, hoist way, supporting structures, etc., shall be accomplished twice a year in October and March of the contract year. All necessary cleaning supplies, vacuum cleaner, etc. shall be furnished by the Contractor. Lubrication All sheaves, machine and motor bearings and hoisting cables shall be lubricated; machine stuffing boxes and bearings on motor operated brakes shall be repacked and gear cases and guide lubricators shall be refilled when required in accordance with the manufacturer's service manuals. Adjustment Services All hoisting cables shall be examined and the tension equalized. The exterior of the machinery and any other parts of the equipment subject to rust shall be kept properly painted and presentable at all times. The motor winding shall be free of rust where roller guides are used and properly lubricated where sliding guides are used. Guide shoe rollers and gibs shall be replaced as required to insure smooth and satisfactory operation. All electrical wiring and conductors extending to elevators and dumbwaiters from circuit breakers and/or main line switches in machine rooms and from outlets in the hoist ways shall be repaired and/or replaced when required. Circuit breakers and/or main line switches together with fuses or same are excluded. Materials to be furnished: The contractor shall furnish all lubricants, cleaning supplies and tools necessary to perform the work described herein. All lubricants shall be recommended by the manufacturer of the equipment or an approved equal. Parts to be furnished and installed or repaired 1. The Contractor shall furnish and install or repair when necessary: motor generators, controllers, selectors, worms, gear, thrust bearings, windings, commutators, armatures, pulleys, coils, circuits, magnet frames, relays, contacts, printed circuit boards, solid state controls, logic circuits, control fuses, cams, car doors, and hoist way door hangers, tracks and door gibs, door operating devices, interlocks and contacts, safety devices, governors, push buttons, annunciators, hall lanterns and indicators, lamp replacement in signal systems and all other elevator signal and accessoiy equipment. All parts shall be of the original manufacturer's design and specification or equal. 2. Replacement of hoisting, compensating, and governor cables are not covered by this contract. Prior notification must be made to the COR and approval must be authorized by the contracting officer before any cable replacement can be made. Replacement may be authorized by a separate contract. 3. The Contractor shall NOT supply and replace fluorescent ballast or lamps for car lighting fixtures or floor covering on elevator platform. 4. Existing elevator intercom system shall be maintained according to manufacturer's specifications. The manufacturer's name and remote annunciator console locations are as follows: A. Manufacturer-Executone B. Annunciator Locations- Police dispatch and telephone operators' room. 5. Elevators have auto dialers as the communication method. These auto dialers are to be tested monthly to insure that they are in working order. Items not covered under this contract: The cleaning, refinishing, repair or replacement of any component of the car enclosure, hoist way enclosure, gates, cover plates, main line power switches, emergency power plant and associated contractors, emergency car light and all batteries, including those for emergency lowering, smoke and fire sensors and related equipment, each unit cylinder, buried piping and buried conduit. Reports/Coordination of Services Contractor shall report to Police office and have a designated person (to be determined after award and conveyed in the COR designation letter) contacted when contractor personnel are in the Medical Center or premises for routine maintenance or emergency service. Not following this procedure can be grounds for default. All equipment shall be catalogued by the contractor with the dates and types of service rendered shall be noted thereon. A legible, written report of each inspection/service shall be furnished to the COR (Contracting Officer's Representative). Each report shall advice of any repairs or repair parts (including adequate description and part number) not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. An explanation of special codes and abbreviations used on the furnished report shall be submitted to the COR. Parts The contractor will furnish all necessary replacement parts and all lubricants. Any costs of shipping parts furnished by the Contractor shall be borne by the Contractor. The Contractor shall furnish only standard parts (functionally identical to those supplied by the original equipment manufacturer (OEM) or approved eqaul). All parts shall be of current manufacture and shall have full versatility with presently installed equipment. All components replaced shall become the property of the Contractor. Records The Contractor shall maintain a complete, orderly and chronological file, including drawings, complete parts lists and copies of all reports as required by these specifications. A record of all call backs and repairs shall be kept by the Contractor indicating any difficulty experienced and the corrective measures taken to eliminate these difficulties. The file shall be available for inspection upon request and a copy of this complete file will be furnished to the VA Medical Center during the last month of the contract period. Report of Service Upon completion of service, the Contractor shall report to the COR and at that time shall furnish a written report of services performed and parts installed. The reports shall advise of any repairs not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. A WRITTEN REPORT ON THE CONDITION OF ALL HOISTING, COMPENSATING AND GOVERNOR CABLES SHALL BE SUBMITTED TO THE COR EACH MAY AND NOVEMBER DURING THE LIFE OF THIS CONTRACT. Performance All work will commence within twenty-four (24) hours after receipt of telephonic, written or verbal notification (from the Contracting Officer or his/her representative) and will proceed progressively to accomplishment without undue delay. The contractor is expected to spend a minimum of (53) hours per month on required maintenance. Hours of Work Work required in the performance of this contract shall normally be performed during regular working hours, which are 7:00 AM - 4:30 PM Monday through Friday except Federal Holidays. The ten holidays observed by the VA: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. The Contractor shall provide prompt emergency call back service at no extra charge to the Government. Response time/arrival time for emergency call back service shall be within two (2) hours of telephone request from the Contracting Officer or his/her representative. Upon arriving at the facility to perform services, the contractor shall report to the Contracting Officer's Representative, before and after performance of service, providing evidence of service performed. Emergency call back will only occur if: 1. Any TWO passenger elevators in the same bank of elevators are out of service. 2. One Service elevator is out of service. 3. Or if passengers are trapped Inspections A. All passenger elevators shall be inspected weekly. B. All service elevators shall be inspected weekly. C. Inspections occurring on legal holidays will be rescheduled for the following workday. Guaranteed Operational Uptime Each item must be operable and available for us 90% of the Medical Center's normal work hours. Scheduled maintenance time will be excluded from normal work hours. Failure to meet this requirement for three consecutive months may be grounds for default action. Scheduled Downtime In the event one elevator is out of service another elevator may not be scheduled to be down at the same time unless appointed Contracting Officer's Representative allows shutdown to occur. Licenses and/or Permits The Contractor shall obtain all necessary licenses and/or permits required to perform all work under the contract. Any Safety Requirements In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. # Manufacturer - Type - Elevator ID Number Location 1 Schindler Passenger Elev 1680-PA01 Bldg l,Cwing 2 Schindler Passenger Elev 1680-PA02 Bldg l,Cwing 3 Schindler Passenger Elev 1680-PA03 Bldg l,Cwing 4 Schindler Passenger Elev 1680-PA04 Bldg l;Cwing 5 Schindler Service Elev 1680-FR05 Bldg l,Cwing 6 Schindler Service Elev 1680-FR06 Bldg l,Cwing 7 Otis Passenger Elev 1680-PA07 Bldg 19 Garage 8 Otis Passenger Elev 1680-PA08 Bldg 19 Garage 9 Otis Passenger Elev 1680-PA09 Bldg 19 Garage 10 Otis Passenger Elev 1680-PA10 Bldg 19 Garage 11 Otis Passenger Elev 1680-PA05 Bldg 1, Dwing 12 Dover Hydraulic Passenger Elev 1680-PA06 Bldg 2 13 Schindler Service Elev. 1680-SR03 Bldg 1 Swing 14 Schindler Service Elev. 1680-SR04 Bldg 1 Swing 15 Global-Tardif Hydraulic Elev. 1680-SR05 Bldg 1 Swing 16 Schindler Passenger Elev. 1680-PA11 Bldg 1 Swing 17 Schindler Passenger Elev. 1680-PA12 Bldg 1 Swing 18 Global-Tardif Hydraulic Elev. 1680-PA13 Bldg 1 Swing 19 Global-Tardif Hydraulic Elev. 1680-PA14 Bldg 1 Swing 20 Schindler Passenger Elev. 1680-PA15 Bldg 1 Swing 21 Schindler Passenger Elev. 1680-PA16 Bldg 1 Swing Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Responses must sent electronically to: Cheryl Brimmer - Cheryl.brimmer@va.gov. Responses must be received by 4:00 pm on February 26, 2015. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/VA52814Q0491/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Syracuse VA Medical Center;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
Country: USA
 
Record
SN03643657-F 20150219/150217233024 (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.