Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2019 FBO #6266
SOLICITATION NOTICE

J -- Bonham Elevator Maintenance Contract

Notice Date
1/17/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;124 E. Hwy 67;Duncanville, TX 75137
 
ZIP Code
75216
 
Solicitation Number
36C25719Q0205
 
Response Due
1/28/2019
 
Archive Date
2/2/2019
 
Point of Contact
972-708-0813
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 13 of 15 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C257-19-Q-0205 Posted Date: January 17, 2019 Original Response Date: January 28, 2019 4:00PM CST Current Response Date: Site Visit: Questions from Solicitation and Site Visit: January 28, 2019 4:00PM CST January 23, 2019 10:00AM CST Due NLT January 24, 2019, 12:00PM CST Product or Service Code: J maintenance, repair and rebuild of equipment Set Aside (SDVOSB/VOSB): Service-Disabled Veteran-owned small business NAICS Code: 238290 Contracting Office Address Network Contracting Activity NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 238290, with a small business size standard of $15.0M. This solicitation is 100% set-aside for SDVOSB concerns. In accordance with VAAR 819.7003 and VAAR 852.219-10 in order to be eligible for award, all offerors must be registered and verified in the VIP database and small for the applicable NAICS code at the time of quote submission and at the time of award. Network Contracting Office 17 is seeking to procure preventative maintenance and non-routine repair services for elevators at Sam Rayburn Memorial Veterans Center (SRMVC). All interested companies shall provide a quotation for the following: Statement of Work Contractor to provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the SRMVC located at 1201 E. 9th Street, Bonham, TX 75418 1. REQUIREMENTS. During the inspection visits, the Contractor shall clean, adjust and lubricate the equipment as specified below, determine the nature and extent of any trouble/problems, and the maintenance required to restore the elevators to safe and satisfactory service, and if conditions warrant, furnish and install parts listed below. All equipment, materials, and installations shall conform to the following codes: (a) The latest edition of the American National Standard Safety Code for Elevators, Dumbwaiters ANSI A 17.1 (b) The latest edition of the American Standard Practice for Inspection of Elevators, Inspectors Manual, A 17.1 All work shall be performed by mechanics and helpers certified by the National Association of Elevator Contractors (NAEC) as a Certified Elevator Technician (CET), or International Union of Elevator Constructors. Proof of personnel certification shall be furnished to the Contracting Officer with the Offeror s proposal by the due date. A certified mechanic will be with a helper at all times when helper is performing maintenance. 2. INSPECTIONS. (a) All passenger and service type elevators shall be inspected bi-weekly; a minimum of one hour per elevator per inspection is required. Inspections shall be made every 2 weeks. If a holiday falls on the scheduled day of inspections, the required inspection will be performed on the following workday. Records of inspection shall be submitted to Contracting Officer s Representative (COR) on the date performed. (b) All freight type elevators shall be inspected twice monthly; a minimum of one and one-half hours per elevator and the Inspections will be two weeks apart or sooner if deemed necessary by the government or the contractor. Records of inspections shall be submitted to the COR on the date performed. (c) Monthly testing: Phase I elevator recall and Phase II fire-fighter operation (of at least one floor) shall be performed monthly. Record of this testing shall be maintained in the associated elevator equipment room. Test elevator emergency communication and document. (d) Semi-annual testing: The routine inspection and test of passenger and freight electric elevators shall be made at intervals not longer than six months. The testing shall be accomplished by the contractor and witnessed by an independent contractor. (e) Annual testing: Inspection and testing shall be accomplished by the contractor and witnessed by an independent contractor. (f) Five-year testing: Inspection and testing shall be accomplished by the contractor and witnessed by an independent contractor. Testing will be accomplished after business hours in order to minimize impact on patients, staff, and visitors. Testing is due December 2020. *Note: When an independent contractor is required to witness semi-annual, annual, and 5-year testing, the Associate Chief Engineer for Maintenance and Operations (ACE/M&O) or designee shall coordinate dates and times. The Contractor shall be responsible for accompanying the independent contractor and conducting the required tests. Recommendations made by the elevator testing inspectors will be binding as long as they are in accordance with the National Elevator Code. Recommended corrective action shall be completed within 90 days of notification. Installation of new attachments as may be recommended or directed by the inspector or by federal, state, municipal or other government authorities shall be done at the additional expense of the government, upon approval of the ACE/M&O. 3. CLEANING, LUBRICATION AND ADJUSTMENT SERVICES. Cleaning, lubrication, and adjustment services shall be accomplished in accordance with (or exceed) Preventive Maintenance Check List (Exhibit #1); and/or when in excess of VA Standards and not contrary to them, as specified by the equipment manufacturer; and/or as required by the state of repair of a particular equipment component or end item. The work shall include, but not be limited to, the following: main machine, brakes, motors, generators, controllers, relay panels, selectors, operating devices, interlocks and contacts, guide shoes, roller guides in hoistway and car door sills, hangers for all doors and car doors, signal system, car safety devices, governors, tension frames, and sheaves. In addition, the requirement of paragraphs 6, 7, and 8 below shall also apply. Cleaning and refinishing of the interior of cars and exterior of hoistway doors and frames are excluded. The Contractor shall notify the COR, or his designee of any extended downtime (over two hours) due to delay in obtaining service, replacement parts, or other repair functions. Successful offerors may submit to Contracting Officer for approval an alternate inspection, cleaning, lubrication and adjustment checklist using Preventive Maintenance Checklist (Exhibit #1) as a guide. The contractor shall document on repair tickets/inspection tickets the nature of the work performed and the parts used. 4. CLEANING SERVICE. Guide rails, overhead sheaves and beams, counterweight frames, top of cars, bottom of platforms, pits, and machine room floors shall be brushed, broomed, and mopped clean as specified. All accumulated rubbish shall be removed and deposited in the station provided trash compactor and dumpster. Chemicals, oily rags or other fire hazardous material shall be properly protected in Contractor-furnished VA-approved containers or removed from the station daily after the completion of the cleaning activity. 5. LUBRICATION. All sheave bearings and hoisting ropes shall be lubricated; machine stuffing boxes and bearings on motor operated brakes shall be replaced, and gear cases and guide lubricators shall be refilled when required. Hydraulic fluid sufficient to maintain required operating levels shall be furnished on all hydraulic elevators. (refer to FAR clause 52.223-2 and Provision 52.223-1) 6. ADJUSTMENT SERVICES. All hoisting ropes shall be examined and the tension equalized and, whenever necessary to insure maintenance of adequate safety factors, all hoisting ropes and governor ropes shall be renewed. If replacement ropes are necessary, the contractor shall submit a proposal to the Contracting Officer for replacement. The proposal shall include a cost breakdown which will show the cost of the ropes and the cost of labor to install. The contractor will not commence with replacement until specifically authorized by the Contracting Officer. 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 windings shall be kept free of rust where roller guides are used and properly lubricated where sliding guides are used. Guide shoe rollers and gibs shall be renewed as required to ensure smooth and satisfactory operation. All electrical wiring and conductors extending to elevators and dumbwaiters from circuit breakers or main line switches in machine rooms and from outlets in the hoistways shall be repaired and/or replaced when required. Circuit breakers or main line switches in machine rooms and from outlets in the hoistways shall be repaired and/or replaced when required. Circuit breakers or main line switches, together with fuses for same, are excluded. 7. HOURS OF WORK. Work required in the performance of this contract shall be conducted during the hours as outlined below: (a) Maintenance not requiring elevator operational "shut-down" will be performed during the hospital's regular administrative working hours, 8:00 AM - 5:00 PM except the contractor shall provide emergency call-back service at any hour of any day of the week as specified under Paragraph 11 of this section. (b) Maintenance requiring elevator operational "shut-down" will be performed during non-administrative working hours unless otherwise authorized in writing by the Contracting Officer. (c) Prior to commencement and after completion of any work, including INSPECTIONS as required in Paragraph 4 above, during both normal and after duty hours, the contractor shall report to Engineering, Bldg. 11(SRMVC). Due to security requirements, the Contractor or his authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. This badge must be turned in before leaving the premises; otherwise the person signing for it will be required to pay for the unreturned ID Badge. 8. MATERIALS TO BE FURNISHED. The Contractor shall furnish all lubricants, cleaning supplies, tools, and equipment necessary to perform the work described above. All lubricants shall be as recommended by manufacturer of the equipment or VA-approved equal thereto. 9. PARTS TO BE FURNISHED AND INSTALLED OR REPAIRED. In accordance with standard elevator industry practice, this is a full maintenance contract. The contractor will accept these elevators "as is". Except as listed below, no components are excluded from the requirements of this contract. (a) The Contractor shall furnish and install or repair when and as necessary, machine hydraulic pumps, Victaulic fittings, motor generators, controllers, selectors, worms, gears, thrusts, windings, commutators, hydraulic pump "VEE" belts and pulleys, hydraulic valve components and coils, circuits, magnet frames, relays, contractors, control fuses, cams, car door, cart thresholds and hoistway door hangers, tracks and governors, push buttons, annunciators, hail lanterns and indicators, lamp replacements in signal systems and all other elevator signal and accessory equipment complete. All parts shall be the original manufacture s design and specifications or equal thereto. (b) The Contractor shall not supply incandescent or fluorescent lamps for car light fixtures and shaft lights, floor covering on elevator car platform, make renewals, or repairs necessitated by a reason of negligence or misuse of the equipment by person other than the Contractor, his representatives and employees or by a reason of any other cause beyond control of the Contractor, except normal wear and tear, any new attachments as may be recommended or directed by inspection firms or by Federal, State, Municipal or other Government authorities. Incandescent and fluorescent lamps excluded above will be furnished to contractor by the Government and Contractor will be responsible for installation. (c) This contract shall also cover those parts not listed in paragraph 9a above which cost less than $1,000.00. The contractor will be required to replace any part which cost less than the above amount at no additional charge to the Government. The monthly maintenance charge is understood to include the cost of such parts. If it is necessary to replace any part which costs more than the above listed amount the contractor shall immediately notify the Contracting Officer and provide a cost proposal for the part. The cost proposal shall be for the cost of the part only. The cost of the labor to install the part is understood to be included in the monthly maintenance charge. The Contracting Officer will either provide the contractor with the part or authorize the contractor to install the part and include the cost of the part on their monthly invoice or by purchase card order. If contractor furnishes the part, a quote from their supplier must be furnished with their invoice for verification of cost by the COR and will be paid by Government Credit Card or by contract modification. 10. REPAIR SERVICE CALLS. The contracting officer or his designated representative will notify the contractor of repairs to be made from the inspection report or service call. The contractor shall report to the work location, survey the repair, and provide to the Contracting Officer Representative (COR) an estimated time to repair and cost of repairs not covered in the basic service contract. The contractor shall commence repair work after notification from the contracting office. All repair work shall be in accordance with normal commercial practices using parts specified by the elevator manufacturer or items of equal or better quality. Downtime of the elevator will be kept to an absolute minimum. The contractor must notify the customer of all projected downtime and estimated time for repair. The contractor shall prepare and submit a written report within two business days after the routine repairs are completed. The report shall include the date and time of the service call, the location of the elevator, the repairs performed, and the name of the technician performing the repairs (a) Upon determination that a repair is required due to misuse or abuse, the contractor must notify the COR and work cease until a purchase order can be issued. (b) Objects lost in elevator pits: The contractor shall retrieve any objects such as keys dropped to the elevator pits by occupants of the buildings during normal working hours. 11. EMERGENCY CALL BACK SERVICE. The contractor shall respond to entrapment calls within two hours after notification during normal business hours and within two hours after notification at times other than normal business hours. If the entrapment occurs after-hours, the elevator shall be placed out of service until it can be evaluated the next business day. This call back service shall be rendered at any hour of any day of the week as requested at no extra charge to the Government. Contractor must respond to emergency call back service, within two hours or less if in patient care or patient quarters building and 50% of the elevators are already out of service in that particular building, and will be provided in response to requests by telephone or otherwise from the (1) Contracting Officer, (2) COR, or (3) their designees in case of a malfunction or if emergency trouble should develop between regularly scheduled maintenance. This call back service shall be rendered at any hour of any day of the week as requested at no extra charge to the Government. Failure to maintain an acceptable rate of callbacks will be grounds to initiate termination for default. 12. REPORT OF SERVICES. Upon completion of the services, the contractor shall report to the COR or designee, and a written report of services performed shall be furnished to the COR or designee. Such reports shall advise of any repairs or repair parts not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. Monthly a report by building and elevator will be provided to the COR delineating all work on each elevator. 13. RECORDS. The contractor shall maintain a complete orderly and chronological file including drawings, complete parts list, and copies of all reports as required by these specifications. A record of all callbacks and repairs shall be kept by the contractor indicating any difficulty experiences and the corrective measures taken to eliminate these difficulties. 14. CORRECTION OF DEFICIENCIES FOUND DURING ELEVATOR INSPECTIONS. The Offeror will be furnished a list of deficiencies that were found during the semi- or annual inspection performed by an independent inspection contractor. The Offeror will correct deficiencies noted within 30 days after receipt of the reports. 15. INFORMATION TECHNOLOGY SECURITY REQUIREMENTS The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. 16. INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. The COR and the Contractor will assure that- No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information (PHI) or Individually Identifiable Information (III). 17. RECORDS MANAGEMENT Citations to pertinent laws, codes and regulations such as 4 U.S.C. Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation crated as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [drat, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Place of Performance Address: 1201 E. 9th Street Bonham, TX Postal Code: 75418 Country: UNITED STATES Period of Performance: Base year and Four one-year options Base: February 1, 2019 January 31, 2020 Option I: February 1, 2020 January 31, 2021 Option II: February 1, 2021 January 31, 2022 Option III: February 1, 2022 January 31, 2023 Option IV: February 1, 2023 January 31, 2024 Award shall be made to the lowest priced offeror whose quotation meets the requirements of the solicitation. Basis of award, technical acceptability to meet the Governments requirement; past performance, and price. Technical and past performance when combined are equal to price. Technical: Capability to meet all the requirements of the statement of work. Provide a capability statement, maximum 5 pages. The contractor shall be a firm regularly engaged in the repair, maintenance and servicing of vertical transportation systems (elevators). The expertise, experience, and regular business shall include the repair, maintenance and servicing of both traction type machines and hydraulic machines of the passenger, freight and hospital type elevators. The expertise and experience shall be of such extent so as to provide them the knowledge of conditions of elevators and the scope of repairs, maintenance and servicing of elevators generally found in hospital use. They shall possess all the manpower, equipment, tools, and ready sources of parts as necessary to promptly, skillfully, and expertly carry out the statement of work. Offerors shall be able to show evidence of their reliability, ability and experience by furnishing: (1) Elevator Lead Technician Resume, Training Certifications, and Licenses; (2) A list of personnel who will perform under the contract, showing the length and type of experience of personnel who will service the facility and proof of certification by a recognized certification program such as National Association of Elevator Contractors (NAEC) Certified Elevator Technician (CET), the International Union of Elevator Constructors. A description of technical approach, methodology, technique to accomplish requirement; Explanation of how to meet 2-hour emergency response time. Past Performance:  List of other concerns and/or Government Agencies for which comparable services were rendered by the Offeror. Generally, the principals of the company shall have had approximately five years successful experience in fully maintaining elevators and dumbwaiters. Identify at least three references, preferably federal agency contracts whereby you have provided the same or similar services described in this solicitation. Include contract number, dates of performance, point of contact, and telephone number. (Past performance questionnaire attached) Price: Evaluated for reasonableness. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018) FAR 52.212-1, Instructions to Offerors-Commercial Items (AUG 2018) addenda to FAR 52.212-1 52.216-1, Type of Contract 852.270-1, Representatives of Contracting Officers FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) addenda to FAR 52.212-4 52.204-9, Personal Identity Verification of Contractor Personnel 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-1, Site Visit 52.237-3, Continuity of Services 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. End of Clause 852.219-74, Limitations on Subcontracting Monitoring and Compliance 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rate for Federal Hires 52.222-55, Minimum Wages Under Executive Order 52.222-62, Paid Sick Leave Under Executive Order 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer System for Award Management All offerors shall submit the following: quote, capability statement, training certifications, licenses, description of technical approach to include emergency response time, and past performance documentation. This is a combined synopsis/solicitation for services as defined herein.    The government intends to award a firm fixed price contract base with four option year renewal as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). The VA is strongly encouraging all interested parties to attend the Site Visit scheduled on January 23, 2019 at 10:00AM CST. By offering a Site Visit, VA hopes potential Offerors will gain a better understanding of the requirements and the location where services are to be performed, interested parties must inform the VA of your intent to attend the Site Visit by email. Please note that interested parties will not be authorized to use this Site Visit to present or pitch their proposed solution, services, or capabilities to any Government representative, and any attempt to do so will result in a polite request for the person(s) to leave the site. Interest in Site Visit notices must be received by Tuesday, January 22, 2019 at 12:00PM CST, by email to Lynn Pettit @ Lynn.Pettit@va.gov. The content of this notice should be as follows: The company name, the names of the representatives who will be attending, the business size and socio group (i.e. small, large, SDVOSB), a valid phone number and email. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at Lynn.Pettit@va.gov. Questions in response to this solicitation are due no later than January 24, 2019 12:00PM CST. Submission of offers/quotes shall be received not later than January 28, 2019 4:00PM CST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed offers/quotes will be accepted. All offers/quotes shall be sent to Lynn.Pettit@va.gov. Reference RFQ 36C257-19-Q-0205 on subject line of email. In addition, if applicable upon submission of offers/quotes all offerors must also clearly identify how they will meet the requirements of 13 CFR 125.6 and provide documentation stating such. Price/Cost schedule ITEM No. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMT 0001 BASE YEAR provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the Sam Rayburn Health Care System located at 1201 E. 9th Street, Bonham, TX 75418 12 MO 1001 OPTION YEAR ONE provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the Sam Rayburn Health Care System located at 1201 E. 9th Street, Bonham, TX 75418 12 MO 2001 OPTION YEAR TWO provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the Sam Rayburn Health Care System located at 1201 E. 9th Street, Bonham, TX 75418 12 MO 3001 OPTION YEAR THREE provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the Sam Rayburn Health Care System located at 1201 E. 9th Street, Bonham, TX 75418 12 MO 4001 OPTION YEAR FOUR provide full preventative maintenance and non-routine repairs which include regular and systematic inspections on (2) Montgomery Variable Voltage Traction Elevators, (2) MCE Traction Elevators & (6) ESCO Hydraulic Elevators for the Sam Rayburn Health Care System located at 1201 E. 9th Street, Bonham, TX 75418 12 MO GRAND TOTAL Past Performance Questionnaire NCO 17, North Texas VA Health Care System, Contracting Office is conducting a competitive acquisition for elevator maintenance and repair. The offeror has identified you as a reference to validate the offeror s past performance. Please complete the following questionnaire to assist our evaluation of the contractor s past performance, and return to: Ms. Lynn Pettit electronically by e-mail at Lynn.Pettit@va.gov. Past Performance Questionnaire Name of Contractor being evaluated: How long has your company had a contract with this contractor? ___________________ 2. Where is the location of this service? __________________________________________ 3. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 4. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 5. Timeliness, courtesy and overall ability to provide contracted service. (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 6. Business/Customer Relations Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customer s interest. (1) Superior___ (2) Satisfactory___ (3) Marginal___ (4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Rating System: Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Marginal - Performance does not meet some contractual requirements. The contractor s proposed actions to correct any problems appear only marginally effective or were not fully implemented. Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractor s corrective actions appear or were ineffective. Signature: _____________________________ Date: __________________________ Print Name: ___________________________ Company: _______________________ Title: ________________________________ Telephone: ______________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); 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/VANTHCS/VANTHCS/36C25719Q0205/listing.html)
 
Place of Performance
Address: Sam Rayburn Memorial Veterans Center;1201 E. 9th Street;Bonham, TX
Zip Code: 75418
Country: US
 
Record
SN05197716-F 20190119/190117230041 (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.