Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2019 FBO #6501
DOCUMENT

J -- Title: Building 15H Elevator Modernization at the VA Castle - Attachment

Notice Date
9/11/2019
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q1200
 
Response Due
9/11/2019
 
Archive Date
12/10/2019
 
Point of Contact
Clifford S. Harrison
 
E-Mail Address
J.
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 10 of 10 COMBINED SYNOPSIS/SOLICITATION for: ELEVATOR REPAIR/MODERNIZATION @ THE CASTLE POINT VA FOR THE ENGINEERING DEPARTMENT. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C242-19-Q-1200. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. (iv) This procurement is being issued as 100% Service Disable Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 238290, Local Messenger and Local Delivery, with a small business size standard of $15.0 Million. (v) The Contractor shall provide all resources necessary to accomplish the Elevator repair and modernization services needed. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 QTR __________________ __________________ Preventative Maintenance Contract Period: Base POP Begin: 09-25-2019 POP End: 09-24-2020 0002 4.00 QTR __________________ __________________ Equipment/ Parts Contract Period: Base POP Begin: 09-25-2019 POP End: 09-24-2020 GRAND TOTAL __________________ (vi) Description of requirement: The contractor shall provide all parts and labor identified in the SOW. Statement of Work 1. Background Engineering Service (138) experienced a major elevator controls failure in one of our Mid-State elevators serving Building 15H at VA Castle Point Campus. We currently have one elevator serving Building 15H, this main section of the Castle Point VA Hospital cannot function without elevator service as this building operates 24/7. In addition to replacing the controls, per ASME code once the controls on the elevator are modified, the remainder of the elevator must be modified to meet code as well. 2. Place of Performance Department of Veterans Affairs Hudson Valley Health Care System VAMC Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 3. Description / Specifications: The vendor shall furnish all material, labor, supervision, tools, and equipment necessary to provide the following: Non-Proprietary Controller Provide and install new non-proprietary controller microprocessor-based system to control two Mid-State elevators. This system will be configured specifically for the building application with absolute floor encoding. In addition, the control system will have the capability for additional options based on building needs: Card Reader Floor Lockouts Independent Service Flexibility for software enhancements for future code upgrades Duplex operation to take into account each cars position travel direction and door state when processing a hall call to determine best available car. Vendor shall provide and install all new components and wiring to make the system fully operational. Vendor shall provide all new wiring from the elevator controllers to the elevator cars, not limited. Vendor shall provide additional software programming / modification required to make the system fully operational. Vendor shall provide to VA a copy of the installed elevator control software and keep a copy with the elevator controller panel. Shutoff Valves Provide manual shutoff valve (2), one valve shall be in the pit area and the second valve shall be in the machine room. Install a new automatic shutoff valve in the oil supply line at the cylinder inlet. This will be typical for both elevator cars, for a total of four manual shutoff valves and two automatic shutoff valves. Hydraulic Power Unit (Elevator # 2) Provide and install new high efficiency submersible power unit. Unit shall include pump, valve, and motor for elevator #2. Closed-loop door operator Provide and install new closed loop door operator. System shall consist of heavy duty ½HP motor allows doors to open and close at consistent speed, even with the changing wind conditions at each floor. The closed loop operator shall regulate speed via performance feedback for perfect consistency from floor to floor and automatically adjusts for wind and door conditions to maintain consistent door times. Existing guide rails shall remain. LED Fixtures Provide and install new Lower energy consumption and longer lasting LED fixtures installed in new elevator hall buttons, lanterns and car operating panels. Fixture buttons and lantern shall be the vandal-resistant type. A completely new swing return panel shall be provided in the cab as well. Seismic Valves Provide and install new Seismic valves in each elevator pit adjacent to the jack assembly. Car Safety Handrails Provide and install new top of car safety handrails on each elevator car. Emergency Escape Hatch Switch Provide and install new Emergency Escape Hatch electric Switch on each elevator car as required by code. Following existing characteristics and items shall remain unchanged Existing car speed, travel, and capacity Existing power unit for Elevator # 1 Existing elevator car frame and sling Existing car platform Existing guide rails Existing elevator hoist way entrance frames Existing elevator cab interior See schedule in sec. 15 of this requirement for list of additional elevator components to be installed and/ or remain in current condition. At minimum one elevator shall remain fully operational and available for public use during the entire duration of the project. Vendor shall provide and install all components of a mini-split wall AC unit to keep the machine room where the Microprocessor system will be installed. The room is approx. 250 Sq. Ft. The VA shall provide the Vendor laydown area to store tools, vehicles, equipment, and materials. Prior to start of work, vendor shall submit a schedule of the planned work detailing time and dates vendor plan to work, methods of work, material lead times, elevator downtimes and work items to be completed. Vendor shall proceed with work only after receiving approval from the VA. The vendor competent person (field supervision) shall have minimum 10+ years of experience installing elevators and elevator components. All of the elevator mechanics who will work on this project shall have minimum 8+ years of experience working on systems of similar complexity. The vendor shall provide project resumes and qualifications prior to start of installation activities. The VA has specific permitting SOP s for lockout / tagout, energizing and deenergizing systems, etc. The vendor shall cooperate fully with VA staff and make every effort to follow these SOPs. In addition, the vendor shall follow all applicable Local, State, Federal, NEC, OSHA, ASME/ANSI A17.1, ADAAG and Industry Standards as part of the installation process. All materials used on project shall be in accordance with VA specifications. Vendor shall submit materials to be used on project for approval prior to commencing work on the project. Upon completion of installation the vendor shall provide a third-party testing entity and inspector approved by the VA, to test and inspect the elevator for functionality and safe operation. The tests performed shall be in accordance with ASME requirements. The company performing the inspection shall provide to the VA a report detailing any deficiencies found related to the components installed, and any overall code related deficiencies discovered during the inspection. 4. Period of Performance 200 days from Contract Award Date 5. Type of Contract Firm Fixed Price (FFP) 6. Environmental Issues If the contractor encounters any suspicious and/ or hazardous materials, i.e., lead paint or asbestos; bring it to the attention of the COR immediately. The contractor shall adhere to All federal, state, and local codes and requirements for campus at ALL times. 9. Contractor's Responsibilities Contractor shall require his/her employees to comply with the instructions pertaining to conduct and other regulations called to the contractor's attention by the Contracting Officer, COR, and Federal Protective Officers. 10. Contractor Use of the Premises USE OF PREMISES AND REMOVAL OF DEBRIS: The contractor is responsible for: a) Normal work shall proceed with minimal to no interruption to normal medical center operations. Any work which can potentially impact medical center operations shall be scheduled and approved in advance with the COR. b) To clean up frequently, all refuse, rubbish, scrap materials and debris caused by its operation, to the extent that at all times the site of the work shall present a neat, orderly and workmanlike appearance. RECOGNIZED HOLIDAYS: The contractor is not required to perform services on the following holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day HOURS OF OPERATION: The contractor is responsible for conducting business, between the hours of 8:00AM to 4:30 PM, Monday thru Friday. Contractor may for his/her convenience request authorization in advance from the COR to work outside of regular working hours of regular work days at no additional cost to the medical center. Authorization shall be at the discretion of the CO. 11. Security Requirements In order to access the campus all of the Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel will be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The contractor shall not have access to the Department of Veterans Affairs computer system. 12. Progress Meetings A kickoff meeting will be held within 5 business days of contract award. Thereafter monthly progress meetings will be held between the VA-COR Engineering Leadership and the Contractors Project Manager. 13. Government Furnished Items, Services & Responsibilities, and Definitions Any Space assigned to the contractor for the storage of his/her supplies, material and the equipment, which he/she will use in the performance of work under this contract shall be kept in a neat and orderly condition. Space assigned to the contractor may be changed by the Medical Center during the term of this contract, at no additional cost. VA shall provide notification to prior to vendor being required to relocate the stored items. The Medical Center will not be responsible in any way for safeguarding the contractor's stored supplies, materials, replacement parts or equipment. Contracting Officer's Representative (COR): The COR will be designated at time of award. The COR will assist the CO in the discharge of his/her responsibilities. The responsibilities of the COR include, but are not limited to: acting as the Medical Center's representative in charge of the work at the site; and advising the CO of any factors which may cause delay in performance of the work. 14. Reference Materials: APPLICABLE PUBLICATIONS, REFERENCES, LAWS, REGULATIONS AND POLICIES (1) ASME/ANSI A17.1 and ADAAG (2) ANSI A17.1 (3) ADAAG (3) VA SPECS FOR ELEVATOR INSTALL 15. Schedule List Elevator Schedule Elevator Description Passenger Elevators H-1 & H-2 Elevator Location Castle Point Campus Building 15H Number of Elevators 2 Elevator Type Direct Action Plunger Capacity 5,000 Speed 125 Travel Existing Landings 4 Openings 4- In Line Power Supply 208 /3/ 60 Installation Schedule Machine Room Equipment Elevator Component Scope of Work Power Unit Provide and install New (elevator # 2 only) Controls Provide and install new Non-Proprietary Type (Both Elevators) Selector Provide and install new (Both Elevators) Machine Room Conduit, Duct, and wiring Provide and install new (Both Elevators) Governor N/A Hoist-way Equipment Elevator Component Scope of Work Car Guide Rails Existing To Remain Rail Brackets Existing To Remain Hoist Ropes N/A Governor Rope N/A Car Spring Buffers Existing To Remain Car Guide Shoes Provide and install new (Both Elevators) Leveling Switches Provide and install new (Both Elevators) Limit switches Provide and install new (Both Elevators) Slowdown Switches Provide and install new (Both Elevators) Top / Bottom Terminal Switches Provide and install new (Both Elevators) Traveling Cable Provide and install new (Both Elevators) Hoist-way Wiring Provide and install new (Both Elevators) Hois-tway Conduit & Duct Provide and install new (Both Elevators) Pit Ladder Existing To Remain Pit Stop Switch Provide and install new (Both Elevators) Pit Light Existing To Remain Hoist-way Entrance Equipment Elevator Component Scope of Work Hoist-way Entrance Frames Existing To Remain Hoist-way Door Panels Existing To Remain Hoist-way Door Unlocking Device Existing To Remain Hoist-way Sills Existing To Remain Hoist-way Door Rollers & Interlocks Provide and install new (Both Elevators) Signal Fixture Equipment Elevator Component Scope of Work Main Car Operating Panel Provide and install new (Both Elevators) Car Position Indicator Provide and install new (Both Elevators) Car Directional Lantern Provide and install new (Both Elevators) Two-Way Communication Device Provide and install new (Both Elevators) Emergency Light Provide and install new (Both Elevators) Hall Push Button Stations Provide and install new (Both Elevators) Hall Lanterns Provide and install new (Both Elevators) Lobby Hall Position Indicators Provide and install new (Both Elevators) Lobby Remote Monitoring Station N/A Elevator Car Equipment Elevator Component Scope of Work Car Sling Existing To Remain Platform Existing To Remain Platform Isolation Existing To Remain Sub-Flooring Existing To Remain Load Weighing Device Provide and install new (Both Elevators) Car Safety N/A Cab Enclosure Existing To Remain Cab Front returns Existing To Remain Cab Interior Existing To Remain Cab Door Panels Existing To Remain Cab Finished Flooring Existing To Remain Cab Sill Existing To Remain Car Top Inspection Station Provide and install new (Both Elevators) as per current code Alarm Bell Provide and install new (Both Elevators) Door Operator Provide and install new (Both Elevators) Variable Frequency Type Clutch Provide and install new (Both Elevators) Car Door Tracks Existing To Remain Car Door Hangers & Rollers Provide and install new (Both Elevators) Car Door Gate Switch Provide and install new (Both Elevators) Door Reopening Devices Provide and install new (Both Elevators) (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Castle Point Healthcare System 41 Castle Point Road Wappingers Falls NY 12590 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C242-19-Q-1200 Point of Contact, Company name, address, telephone and email address Technical description of services to be performed in accordance with the Statement of Work One redacted technical quote and one unredacted technical quote Price Past Performance History/References Acknowledgement of any solicitation amendments A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.216-1 Type of Contract (APR 1984) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend The Term of The Contract (Mar 2000) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2008) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.270-1 Representatives of Contracting Officers (Jan 2008) (ix) In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the lowest price technically acceptable (LPTA) to the government, considering technical capability, past performance, and price. (a)Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. Schedule The proposed schedule will be evaluated as to how well it meets the objectives of the project: Explain how you would perform the work while Maintaining Normal Operations of Building 15H Main Hospital Explain your procedures of Planned outages for Building elevator service, signage, work coordination. Contractor must provide three (3) instances of past experience with Elevator Repair/Maintenance of similar scope and magnitude. If these were government contracts please provide contract number, point of contact & dates of performance.   (2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor.   (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).   (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 852.203-70 Commercial Advertising (May 2018) 852.215-71 Evaluation Factor Commitments (Dec 2009) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-74             Limitations on Subcontracting Monitoring and Compliance (Jul 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (OCT 2018) 52.219-9, Small Business Subcontracting Plan (AUG 2018) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xv) This is a 100% Service Disable Small Business Set-Aside open-market combined synopsis/solicitation to provide courier services to the Department of Veteran Affairs (VA) Castle Point VA. The government intends to award a firm fixed price contract 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:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 12:00 PM EST, Friday, September 18, 2019. The government shall only accept electronic submissions via email, please send all quotations to Clifford S. Harrison to Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Clifford S. Harrison, Contracting Officer, Clifford.Harrison@va.gov The last day to submit questions is 12:00 PM EST, Monday, September 16, 2019. List of Attachments: See attached documents: NEW YORK WAGE DETERMINATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q1200/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q1200 36C24219Q1200.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150123&FileName=36C24219Q1200-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150123&FileName=36C24219Q1200-000.docx

 
File Name: 36C24219Q1200 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150125&FileName=36C24219Q1200-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150125&FileName=36C24219Q1200-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Castle Point Medical Center;41 Castle Point Road;Wappingers Falls NY
Zip Code: 12590
 
Record
SN05440034-W 20190913/190912053508-82ba9c67792c49895e11722c18a962cb (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.