Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

J -- Elevator and Dumwaiter Inspection 36C25220Q0211

Notice Date
12/20/2019 8:23:46 AM
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0211
 
Response Due
1/3/2020 8:59:59 PM
 
Archive Date
02/02/2020
 
Point of Contact
joseph.kennedy3@va.gov
 
E-Mail Address
joseph.kennedy3@va.gov
(joseph.kennedy3@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Contractor shall furnish all necessary labor, supervision, materials, travel necessary to provide semi-annual inspection, annual inspections and 5year full load test on all Government owned elevators and dumbwaiters located at the Department of Veterans Affairs, Edward Hines Hospital, Hines Illinois 60141. Contract includes 50 elevators in various buildings on the hospital campus. Service to be performed per the specifications and terms and conditions of this solicitation. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541350 Building Inspection Services THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT LISTING OF ELEVATORS & DUMBWAITERS LOCATION ELEVATOR NUMBER/TYPE/MAKE B1, SEC A Passenger 214988/OTIS/AUTOMATIC B1, SEC AB Service 322196/OTIS/AUTOMATIC B1, SEC B Passenger 322600/OTIS/AUTOMATIC B1, SEC C Passenger 263066/OTIS/AUTOMATIC B1, SEC CD Service 263067/OTIS/AUTOMATIC B1, SEC D Passenger D-3418-2/TRIMON/AUTOMATIC B1, SEC E Passenger NO NUMBER/ANDERSON/AUTOMATIC B1, SEC EF Passenger NO NUMBER/ANDERSON/AUTOMATIC B1, SEC F Service 85183.1/CHICAGO/AUTOMATIC B1, SEC G Passenger 78158/COLLEY/AUTOMATIC B2 Passenger 80-027/COLLEY/AUTOMATIC B7 Freight 76868/OTIS/MANUAL B12 Passenger 1769/COLLEY/HYDRAULIC B13 Service 27052/DOVER/HYD. AUTOMATIC B17 Passenger NO NUMBER B18 Passenger NO NUMBER B20 Passenger NO NUMBER B20 Freight NO NUMBER B215 Passenger, P-1 761500/GALLAGHER/HYDRAULIC B215 Passenger, P-2 761500/GALLAGHER/HYDRAULIC B217 Passenger, P-1 CP53298/MONTGOMERY/HYDRAULIC B217 Passenger, P-2 CP53300/MONTGOMERY/HYDRAULIC B217 Passenger, P-3 CP53299/MONTGOMERY/HYDRAULIC B220 Freight 1750/COLLEY/HYDRAULIC B200 Passenger, P-1 C20095/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B16 Passenger Schindler 4500 lbs Capacity B200 Passenger, P-2 ` C20096/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Passenger, P-3 C20097/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Passenger, P-4 20098/MONTGOME RY/GEARLESS, TRACTION SUPERVISORY B200 Passenger, P-5 20099/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Passenger P-14 3500 LB Capacity B200 Passenger P-15 3500 LB Capacity B200 Service S6 C20100/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Service S7 C20101/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Service S8 C20102/MONTGOMERY/GEARLESS, TRACTION SUPERVISORY B200 Service S9 27049/DOVER/HYDRAULIC, AUTOMATIC B200 Linear L13 ESCO 87-9265 B200 Freight F11 27081/DOVER/HYDRAULIC, AUTOMATIC B200 Freight F12 37165/MONTGOMERY/HYDRAULIC, AUTOMATIC B200 Freight M10 27050/DOVER/HYDRAULIC, AUTOMATIC B200 DUMBWAITER DW1 313 DW/MATOT/TRACTION/ CENTRAL DISPATCH B200 DUMBWAITER DW2 7313 DWZ/MATOT/DRUM/AUTO B113 Passenger P-1 Thyssen Kropp 4500 LB Capacity B113 Passenger P -2 Thyssen Kropp 4500 LB Capacity B128 Passenger P-1 Thyssen Kropp 5000 LB Capacity Bl28 Passenger P-2 Thyssen Kropp 5000 LB Capacity B228 Passenger P-4 A72630 HOLLISTER WHITNEY B228 Passenger P-3 A72631-1 HOLLISTER WHITNEY B228 Passenger P-2 A72631-2 HOLLISTER WHITNEY B228 Passenger P-1 A72572 HOLLISTER WHITNEY Joliet CBOC Passenger P-1 Dover Rota-Hydraulic Model EP8025 4000lb cap. 1. The contractor shall provide all labor and materials necessary to provide a first semi-annual inspection and annual test, slowest operating speed at no load, to be made during the month of January. 2. The contractor shall provide all labor and materials necessary to provide a second semi-annual inspection to be made during the month of July. 3. These specifications cover the semi-annual inspections of elevators and dumbwaiters and annual tests of governor and safety devices on all elevators and dumbwaiters listed herein during the months specified above. The American Standard Practice for the Inspection of Elevators, Inspectors Manual, latest edition, and the American National Standard Safety Code for Elevators, Dumbwaiters, Escalators and Moving Walks, ANSI, latest edition, shall be used by the inspector as a guide in making inspections and recommendations. 4. QUALIFICATION OF ELEVATOR AND DUMBWAITER INSPECTORS: The inspector and inspection supervisor shall meet the qualification requirements of the ASME QEI-1 certification or equivalent certification. (VA will determine if equivalent is equal to QEI-1). Inspector and inspection supervisor shall be certified by an organization accredited by ASME in accordance with the requirements of ASME QEI-1. Offerors shall submit with their quote, the names of the inspector and inspection supervisor that shall perform the work under this contract with proof that they are QEI-1 certified or an equivalent certification. The contractor awarded this contract shall employ the inspector and inspection supervisor on a permanent basis 5. Inspections: The inspections shall be thorough and cover all items as specified in VA Form 10-6166, Report of Inspection of Elevators, which will be supplied by the Government during inspection. Also included in this report will be any other parts and assemblies not listed herein in order to make a proper inspection. A minimum time of one (1) hour shall be spent on each elevator and dumbwaiter per inspection. Parts shall be removed where necessary to determine the exact condition of parts, which could not otherwise be determined, and the equipment shall be cleaned where necessary to make proper inspection. 6. Annual Test: Safeties shall be subjected to an annual running test as indicated in the safety test instructions on VA Form 10-6167, Report of Test Elevator Governor and Safety Devices , which will be provided by the Government during inspection. 7. Reports: Contractor shall complete VA Forms 10-6166 and 10-6167, which are defined above, upon completion of the inspection. For all items on such forms, which are not applicable, the Notation NA (not applicable) shall be made. On the reverse side of each form, the Contractor shall: a. Clearly indicate any adjustments, repairs, or replacements necessary to correct troubles encountered. b. Shall definitely justify such recommendations. c. Shall furnish specifications sufficient to enable the VA to purchase the materials required for such purpose. d. Shall advise whether the elevators parts have been kept clean and lubricated where necessary. Such forms shall be completed in duplicate and all copies signed and left with the Foreman, Electric Unit, (or his designee) BLDG. 2, lower level. 8. Hours of Work: Work required in the performance of this contract shall be performed during normal working hours of 8:00 AM to 4:30 PM, Monday through Friday, except weekends and official Federal Holidays. The Contractor shall notify the Chief, Maintenance & Operations Section or his designee at least forty-eight (48) hours in advance as to the date of the contemplated inspection. Upon arrival to the inspection site, the Contractor s service representative shall report to the Chief, Maintenance & Operations Section or his designee. The Chief, Maintenance & Operations Section or his designee will accompany the Contractor as an observer during the entire time of each inspection. 9. All work under the provisions of this contract must be in strict accordance with all applicable standards and codes and must be accomplished in such a manner as to preclude the possibility of injury to persons or damage to installed Government equipment and machinery. 10. At all times while performing work under the provisions of this contact each of the contractor s employees must wear, in full view, above the waist and below the neck line on the front of the individual, a Hines Hospital contractor s identification badge. The Contracting Officer upon request will issue those badges to the contractor. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address if applicable, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM EST on Friday January 3, 2020. All responses under this Sources Sought Notice must be emailed to joseph.kennedy3@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c5eca3b82ef427886ddc498f2b7bde4/view)
 
Place of Performance
Address: Hines, IL 60141
Zip Code: 60141
 
Record
SN05522797-F 20191222/191220230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.