SOURCES SOUGHT
J -- HV Elevator Maintenance and Repair
- Notice Date
- 3/8/2022 7:35:56 AM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0413
- Response Due
- 2/24/2022 12:00:00 PM
- Archive Date
- 04/25/2022
- Point of Contact
- Janice Brooks, Contracting Officer, Phone: (718) 584-9000 x6096
- E-Mail Address
-
Janice.Brooks@va.gov
(Janice.Brooks@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) This Sources Sought Notice is issued by VISN 2 Contracting Office in Department of Veterans Affairs NCO 2 James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 for the purpose of collecting market research information for the Hudson Valley Elevator Maintenance Services requirement at the Hudson Valley VA Healthcare System, Montrose and Castle Point Campuses. The services are to begin on or around April 15, 2022. The NAICS code identified for this requirement is 238290 Other Building Equipment Contractors. The requirement is detailed in the Performance Work Statement section of this document. (d) Vendors that are able to meet the requirements in the attachment and possess an interest in performing these services are encouraged to respond to the Sources Sought Notice. (e) Interested parties MUST provide to Janice Brooks Campbell at Janice.Brooks@va.gov the following information: (1) company/individual name, (2) a capability statement, (3) examples of same or similar work performed at other facilities, (4) DUNS number, (5) address, (6) point of contact, (7) size and social-economic status, if applicable, and (8) responses to all questions and/or requests for information included in this Sources Sought Notice In addition to the information required above in (e), interested parties MUST include the following information in their responses to this Sources Sought Notice: Provide your site location. Given your location and proximity to the campuses located in Montrose and Wappinger Falls, New York, do you intend to self-perform the requirement? If so, explain how you will self-perform the requirement. How many certified/licensed technicians does your company currently employ? Given your location and proximity to the campuses located in Montrose and Wappinger Falls, New York, do you intend to subcontract any work required under this procurement? If so and if you are a small business concern, explain how you will comply with the applicable limitations on subcontracting found at 13 CFR 125.6(a)(1). If the intent is to utilize a teaming arrangement to perform this requirement, please describe. How many years of experience does your company have performing elevator maintenance services? How many years of experience do your intended elevator mechanics have performing elevator maintenance services for the same type of elevators listed in the PWS? If you intend to use a subcontractor to perform this requirement, how many years of experience does your proposed subcontractor have performing elevator maintenance services? Have you performed elevator maintenance services in the past five years? If so, how many contracts for elevator maintenance services have you been awarded within the last five years? Identify any Federal Supply Schedules that include the required services. Performance Work Statement (PWS) Elevator Maintenance Services Veterans Administration Hudson Valley Healthcare System INTRODUCTION AND SCOPE OF WORK A.1. The Hudson Valley VA Healthcare System requires elevator maintenance services for twenty (26) elevators (passenger, freight, hydraulic and electric traction rope type) and four (4) Hydraulic Dock lifts located on the Montrose Campus and eleven (11) elevators (passenger, freight, hydraulic and electric traction rope type) and two (2) Hydraulic Dock lifts located on the Castle Point Campus. The service and maintenance shall include all parts, labor, materials, supervision, tools, supplies and any other necessary items to perform. A.2. The Hudson Valley VA Healthcare System, Montrose and Castle point Campus requires a contractor to provide all parts, labor, materials, supervision, tools, supplies and any other necessary items to perform: Scheduled inspections, services, testing, adjustments and repairs and/or replacement parts for all elevators, and related to operations, functions and safety. Required unscheduled adjustments, services and repairs for all elevator during business hours. 24 hours a day/ 7 days a week emergency call back shall be within two (2) hours of telephone request at no extra charge to the Government. A.3. All service and repair work shall be performed in compliance with the latest approved edition of the ASME A17.1/CSA B44-2019: Safety Code For Elevators And Escalators, as of 2019 (American National Standard Institute Elevator Code ANSI, and American National Standard Institute, Inspectors Manual ANI, A17.2). As well as all other applicable code including NFPA 70E and OSHA Requirements - OHSA 1917.116 - Elevators and escalators; OSHA 1926.552 - Material hoists, personnel hoists, and elevators; OSHA 1910.147 The Control of Hazardous Energy (lockout/tagout). PERIOD OF PERFORMANCE B.1. This will be a base year plus four (4) one year option renewals. Estimated completion date of this contract will be February 14, 2027. Please note: The government has the option not to exercise the option years. Exercising the option years will be based on the contractor performance. Base Year: April 15, 2022 April 14, 2023 Option Year #1: April 15, 2023 April 14, 2024 Option Year #2: April 15, 2024 April 14, 2025 Option Year #3: April 15, 2025 April 14, 2026 Option Year #4: April 15, 2026 April 14, 2027 SITE LOCATIONS VA Hudson Valley Healthcare System Montrose Campus 2094 Albany Post Road, Montrose, New York 10548 VA Hudson Valley Healthcare System Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 HOURS OF OPERATION D.1. The Maintenance work shall normally be performed during regular working hours. Regular working hours for this purchase order shall be defines as 8:00 am to 4:30 pm Monday through Friday except Federal Holidays as follows: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Juneteenth *To include any other day the President declares a Federal Holiday D.2. The Contractor shall report to the Contracting Officer Representative (COR), before and after performance of service, providing evidence of service performed. Time and a half labor rate shall come into effect for work performed outside of normal business hours as defined above. Double time labor comes into effect for work performed outside on Sundays and Federal Holidays. D.3. The contractor shall have a Journeyman mechanic Monday thru Friday, 8 hours a day excluding federal holidays, during regular working hours sharing time between Montrose (3 Days a week) and Castle Point (2 Days A week) VA Medical Campuses to perform daily checks, preventative maintenance, and repairs. E. EQUIPMENT INFORMATION E.1. Table 1 - Elevators to be Serviced at Castle Point VA Medical Campus Bldg. # Car # Type Capacity (lbs.) Installation Date (last modified) Drive Type 5Yr Test Elevator Manuf. # of Stops Car Speed F.P.M. 7 7-1 P 4000 1994 H Aug. 2022 DOVER 4 100 9 9-1 P 2500 1975 H Aug. 2022 SERGE 3 125 15H P-1 P 5000 1987 H Aug. 2022 MID-STATE 4 150 15H P-2 P 5000 1987 H Aug. 2022 MID-STATE 4 150 15E P-1 P 3000 2007 G Aug. 2022 Thyssen/Krupp 4 100 16 P-1 P 2000 1965 H Aug. 2022 ESCO 2 30 16 Lift DL 5000 2019 H N/A PRESTO PDL 60-50 N/A UNK 17 P-1 P 3000 2007 G Aug. 2022 Thyssen/Krupp 4 100 18 P-1 P 3000 2006 G Aug. 2022 Thyssen/Krupp 4 100 19/20 P-1 P 4000 2008 G Aug. 2022 Thyssen/Krupp 3 150 21 P-1 P 5000 1977 H Aug. 2022 DOVER E50040 3 100 21 P-2 P 5000 1977 H Aug. 2022 DOVER E90041 3 100 44 Lift DL 5000 2019 H N/A PRESTO PDL 60-50 N/A UNK E.2. Table 1 - Elevators to be Serviced at Montrose VA Medical Campus Bldg # Car # Type Capacity (lbs.) Installation Date Drive Type 5Yr Test Elevator Manuf. # of Stops Car Speed F.P.M. 1 1-1 P 4000 1981 E Aug. 2022 O.THOMPSON 4 150 1 1-2 P 4000 1981 E Aug. 2022 O.THOMPSON 4 150 3 3-1 P 4000 2005 H Aug. 2022 Thyssen/Krupp 3 100 3 3-2 P 5000 2005 H Aug. 2022 Thyssen/Krupp 3 100 4 4-1 P 3500 1997 H Aug. 2022 ESI 3 125 4 4-2 P 4000 1997 H Aug. 2022 ESI 3 125 4 5-1 S 6000 1980 H Aug. 2022 ESI 2 100 5 5-2 S 6000 1980 H Aug. 2022 ESI 2 100 5 5-3 DW 500 1977 E Aug. 2022 SEDGEWICK 2 UNK 5 5-4 DL 5000 2018 H N/A PRESTO PDL 60-50 N/A N/A 6 6-1 P 3500 UNK H Aug. 2022 CANTON 3 125 6 6-2 P 4000 UNK H Aug. 2022 CANTON 3 125 7 7-2 P 3500 1990 H Aug. 2022 Thyssen 3 125 12 12-1 P 4000 2005 H Aug. 2022 Thyssen/Krupp 3 100 12 12-2 P 5000 2005 H Aug. 2022 Krupp 3 100 13 13-1 P 3500 1990 H Aug. 2022 CEMCO 3 125 13 13-2 P 4000 1990 H Aug. 2022 CEMCO 3 125 14 14-1 P 4000 1981 H Aug. 2022 CEMCO 3 100 14 14-2 P 4000 1981 H Aug. 2022 CEMCO 3 100 15 15-1 P 4000 1981 H Aug. 2022 CANTON 3 125 15 15-2 P 4000 1981 H Aug. 2022 CANTON 3 125 17 17-1 F 4000 1950 E Aug. 2022 WESTINGHOUSE 3 100 17 17-2 DL 5000 2019 H N/A PRESTO PDL 60-50 N/A N/A 17 17-3 DL 5000 2019 H N/A PRESTO PDL 60-50 N/A N/A 17 17-4 DL 5000 2000 H N/A UNK N/A N/A 18 18-1 P 4000 2000 H Aug. 2022 DOVER 2 125 28 28-1 P 4000 UNK H Aug. 2022 GENERAL 4 100 30 30-1 P 2000 1987 E Aug. 2022 O.THOMPSON 5 150 30 30-2 P 2000 1987 E Aug. 2022 O.THOMPSON 5 150 52 52-1 P 4000 1981 H Aug. 2022 GENERAL 4 100 Elevator Type P=Passenger S= Service DW= DUMBWAITER DL= DOCK LIFT F= Freight Elevator Drive Type E=ELECTRIC H=HYDRAULIC G=GEARED F. SCOPE OF COVERAGE F.1. The Contractor shall not be required to make renewals or repairs necessitated by proven negligence or misuse of the equipment by persons other than the Contractor, Contractor representative and employees, or by reason of any other proven cause except for normal wear and tear. All needed repairs caused by negligence and abuse shall not be considered within the scope of this contract and shall be funded separately. Examples of these: Refinishing, repairing, or replacing car enclosures, hoistway enclosures, hoistway door panels, frames and sills, and primary distribution power supply panels and feeders. Cost of repairs, replacements or removal necessitated by any cause, other than ordinary wear, which is occasioned by negligence or abuse by personal other than the Contractor. Negligence or abuse shall be determined by a joint decision as may be arrived at by qualified representatives of the VA and the Contractor, and/or by qualified 3rd party retained by the VA. F.2. The Contractor shall not be responsible for upgrading equipment to meet changes in code requirements as directed by insurance companies, federal, state, municipal, or other governmental authorities. F.3. The Contractor shall be responsible for notifying the COR, in writing, of the existence or development of any defects in, or repairs required to, the elevator equipment which the Contractor does not consider to be the Contractors responsibility under the terms of the contract. F.4. The Contractor shall be responsible for giving immediate notice to the Contracting Officer's Representative (COR) or their designated representative of any condition which is discovered that may present a hazard to either the equipment or passengers. G. PARTS G.1. The Contractor shall be responsible for furnishing and installation of replacement parts for the following elevator system components: Annunciators Control fuses Hall lanterns and indicators Motors Thrust bearings Armatures Controllers Hoist cables Printed circuit boards Tracks and door gibs Cams Commutators Hoist way door hangers Pulleys Traction sheaves Car doors Door operating devices Integrated circuit board batteries Push buttons Relays Circuits Gear Interlocks and contacts Safety devices Windings Coils Generators Logic circuits Selectors Worms Contacts Governors Magnet frames Solid state controls All parts shall be of the original manufacturer's design and specification or equal. Circuit breakers and/or main line switches together with fuses or same are excluded Emergency car light and all batteries, including those for emergency lowering, smoke and fire sensors and related equipment Lamp replacement in signal systems and all other elevator signal and accessory equipment G.2. Existing elevator intercom system shall be maintained according to manufacturer s specifications. The manufacturer's name and remote annunciator console locations are as follows: Manufacturer- Dukane Annunciator Locations- Telephone operators' room and MAA G.3. In addition to the minor spare parts herein before specified, the Contractor shall have available at all times, for immediate delivery and installation, sufficient supply of the following spare parts for the repair of each elevator system concerned, the inventory shall include, but not necessarily be limited to the following: Car door safety device Lamps, minimum two (2) each type Door interlocks Limit switches and terminal stopping switches Electronic tubes for each type and size used Relays and switches, minimum one of each type Flexible guide shoe gibs Roller guides for car Hanger rollers for both car and hall doors Torque wrenches and other small tools Car door electric door detectors complete to include preamplifiers and power pack Controller and selector switch contacts and coils for each size and type used Door operator motor s and gear reduction units, for both side slide and vertical bi-parting doors Pressure, relief and control valves for each type and size used (hydraulic elevator) Selector tapes and selector motor (when used), leveling switches, magnets and induction Transformers and rectifiers for each type and size used Any/all network system - computer components that cannot be substituted shall be ""next day delivered"" to site G.4. If spare parts are to be stored at VA Facility the Contractor shall provide lockable metal storage cabinets for their spare parts. G.5. Cleaning and refinishing painting of the interior of cars and exterior surfaces of hoistway frames and doors are excluded from the requirements of this contract, however all other ""in car items"" e.g.: 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. buttons, ventilation fan(s), lighting and the like shall be included in the scope of work for this contract. G.6. 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. G.7. The Contractor shall NOT supply and replace fluorescent ballast or lamps for car lighting fixtures or floor covering on elevator platform. G.8. Items not covered under this contract: Cover plates Gates Buried piping and buried conduit Hoist way enclosure Each unit cylinder Main line power switches Emergency power plant and associated contactors The cleaning, refinishing, repair or replacement of any component of the car enclosure H. MAINTENANCE PROGRAM H.1. Scheduled service shall include the following tasks listed in this section and shall be performed in accordance with the schedules listed in section Q. of this contract. H.2. A record shall be maintained by the Contractor of non-emergency maintenance items in need of correction which comes to his attention, and he shall provide this list to the COR. The Contractor shall complete all repairs possible during the scheduled maintenance visits and coordinate with the COR to schedule the completion of all remaining repairs during regular business hours. Reports shall be submitted weekly. I. SERVICES TO BE PROVIDED I.1. Cleaning, lubrication, examine and adjustments of the non-exclusive list of parts below shall be performed at a minimum as required by maintenance schedules found in section Q. of this contract. Motors Selector Guide shoes Signal system Elevator pits Generators Governors Leveling devices Car safety device Timing devices Controllers Relay panels Operating devices Tension frames and sheaves Printed circuit boards Interlocks and contacts Switches on car and in hoistway Hoistway door and car door or gate operating device Guide grooves in hoistway and car door sills Hangers for all doors and car doors or gates Clean all door opening and tracks for all elevators bi-weekly. Test and repair phones and work with VA to resolve phone issues within the elevators and at emergency panels. Test and repair fire fighters service and work with VA to resolve issues within the elevators and at emergency panels. I.2. Hoist motor and generator brushes shall be checked for wear a minimum every two weeks. Accumulated carbon dust shall be removed from commutators, brush rigs and winding at the same time. Cleaning and refinishing painting of the interior of cars and exterior surfaces of hoistway frames and doors are excluded from the requirements of this contract, however all other ""in car items"" e.g.: push buttons, ventilation fan(s), lighting and the like shall be included in the scope of work for this contract. I.3. The Contractor shall examine, adjust lubricate, clean, and when conditions warrant, repair or replace the following items listed below and related components at a minimum as required by maintenance schedules found in section of this contract. Replacement of hoisting, compensating, traction sheaves motor and governor cables shall be considered within the scope of this contract. Entire machine, including housing, drive sheave, drive sheave shaft bearings, brake and brake assembly and component parts Motors including auxiliary rotating systems, motor windings, rotating elements, couplings and bearings All sheaves, beams, pulleys, sprockets, and other drive components Controller: All components including all relays, contacts, solid state components, resistors, condensers, transformers, contacts, leads, mechanical or electrical timing devices, computer devices, circuit boards, integrated circuit board batteries, integrated circuit chips, and etc. Adjust and modify operations program after acceptance of proposed changes by the COR Selector: All components including selector drive tape, wire or cable, hoistway vanes, magnets, indicators and all other mechanical and electrical drive components Motor and motor generator worms, gear, thrust bearings, windings, circuits, commutators, coils, armatures, magnet frames, logic circuits, control fuses, annunciators, emergency lighting, brushes and brush holders Hoistway door interlocks or locks and contacts, hoistway door hangers and tracks, bottom door guides, cams, rollers, and auxiliary door closing devices for power operated doors. Chains, tracks, cams, interlocks, sheaves for vertical bi-parting doors Hoistway limit switches, slowdown switches, leveling switches and associated cams and vanes Guide shoes including rollers or replaceable guides Automatic power operated door operators, door protective devices, car hangers, tracks and car door contacts for both slide and vertical bi-parting doors Traveling cables Elevator control wiring systems in hoistway and machine room Governor including governor sheave and shaft assembly bearings, contact jaw and governor tension assemblies Car and counterweight safety mechanism and load weighing equipment, shall be brushed clean at least every three months Hoist cables, govemor cables, compensating cables, and compensating chains, including adjustment of tension on all hoist ropes Buffers Fixture contacts, push buttons, key switches, locks, lamps, and sockets of button stations (car and hall), hall lanterns, position indicators (car and hall), direction indicators, and voice synthesizers, phones and call boxes located in elevators and in lobbies (as applicable) Power unit to include pump, motor, valves, cylinder head, plunger exposed surfaces and all related parts and assemblies Hydraulic system accessories to include exposed piping, fitting accessories between pumping unit and the jack, jack packing, hydraulic fluid, filters, filter accessories, and any heating or cooling elements installed by the OEM for controlling temperature The Contractor shall, keep the guide rails free of rust where roller guides are used and properly lubricated when sliding guides are used, renew guide shoe rollers, gibs and guide as required to insure smooth and satisfactory operations. The Contractor shall also examine, and make necessary adjustments or repairs to the following accessory equipment: hall lanterns, car and corridor position indicators, car stations, traffic director station, electric door operators, interlocks, door hangers, and safety edges, including relamping of signal equipment, and video display system components. The Contractor shall be responsible for keeping the exterior of the elevator machinery, and any other parts of the equipment subject to rust, painted with heat resistant enamel, and presentable at all times. The motor windings shall be treated as needed, with proper insulating compound as recommended by the motor manufacturer. The Contractor shall maintain all elevator equipment in hoistways, pits, machine rooms, and pits and assigned elevator Contractor workspace in a clean orderly condition, free of dirt, dust, and debris, pits and machine spaces shall be kept dry and clean. 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 for all necessary cleaning. The Contractor shall not be responsible for upgrading equipment to meet changes in code requirements as directed by insurance companies, federal, state, municipal, or other governmental authorities. The Contractor shall be responsible for notifying the COR, in writing, of the existence or development of any defects in, or repairs required to, the elevator equipment which he does not consider to be his responsibility under the terms of the contract. The Contractor shall be responsible for giving immediate notice to the Contracting Officer's Representative (COR) or their designated representative of any condition which is discovered that may present a hazard to either the equipment or passengers. All electrical wiring and conductors extending to elevators 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. Furnish and install new wire ropes as often as it is necessary to maintain an adequate factor of safety; to equalize the tension on all hoisting ropes, repair and replace conductor cables and hoist way and machine room wiring. All elevators provided with fire fighters service shall be subjected monthly to Phase I recall and a minimum of one floor operation on Phase II to assure the system is maintained in proper operating order in accordance with A-17. l Code. A written record of findings on the operation shall be made by the Contractor and kept in the Fire Recall Log located in the Elevator Mechanic Shop. Testing shall be done during normal business hours. Emergency Telephones shall be tested monthly by the VA Electric shop at both campus, monthly testing off the elevator emergency telephones shall not be the responsibility of the vendor. 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 All parts shall be of the original manufacturers design and specification or equal J. TESTING AND INSPECTIONS J.1. Periodic safety tests and inspections of all elevators shall be performed by the Contractor as required by the latest approved edition of the ANSI/ASME Safety Codes for Elevators and Escalators, Routine, Periodic and Acceptance Inspections and Tests"". The Contractor shall provide elevator mechanic(s) and apprentice(s) who are familiar with the equipment to perform tests. The Contractor shall periodically examine and test all safety devices. Contractor personnel shall make formal safety tests and inspections as required and outlined in the ANSI Code twice a year, tests to be witnessed by an independent inspector - Qualified Elevator Inspector (QEI) (3rd party contractor provided by the VA) and VA representative. Upon award the vendor shall do an immediate site visit and establish maintenance scheduling, testing intervals, and equipment assessment to maintain testing intervals and equipment reliability. These tests shall be coordinated with the COR and not reduce the maintenance hours below those stipulated. J.2. All passenger elevators shall be inspected weekly for proper operation, all service elevators shall be inspected weekly for proper operation. Inspections due to occur on legal holidays will be rescheduled for the following workday. J.3. All Safety tests, full load, no load, rupture valve and any other required testing shall be performed by the Elevator Maintenance Contractor, including providing and utilizing required weights. The required elevator testing(s) with the federal elevator inspector shall be supported by one (1) dedicated elevator service technician by the Elevator Maintenance Contractor for the Medical Center, two (2) Elevator Maintenance Contractor technicians shall be required for full load testing. Elevator Inspection Contractor shall provide, upon completion of all testing and/or inspections, a verbal notice to the COR on the day of the inspection of all deficiencies and recommended actions before checking out for the day, with a final electronic report is to be sent to the COR within two weeks after the test. The final report will clearly indicate what was tested, all findings and corrective actions with a final disclosure of all elements tested and whether they passed or failed the test. Any failed inspection will be re-tested after deficiencies are corrected by Elevator Maintenance Contractor and written passing results noted on submitted follow up report as having passed the inspection to COR for review. Contractor shall provide two (2) certified mechanics, weights and any special equipment or provisions to complete all testing. Work shall be performed in accordance with the elevator inspector contractor s schedule. The VAMC will provide notification no less than 2 weeks prior to the scheduled inspection. J.4. Elevator Inspection Contractor shall provide, upon completion of all testing and/or inspections, a verbal notice to the COR on the day of the inspection of all deficiencies and recommended actions before checking out for the day, with a final written report sent to the COR within two weeks after the test. The final report will clearly indicate what was tested, all findings and corrective actions with final disclosure of all elements tested and whether they passed or failed the test including performance levels of system and proof that variable and fixed features are operating properly and all circuits and time settings are properly adjusted on Traffic Test Log form. All features that are pertinent to efficient handling of the building s traffic patterns shall be put into operation and properly adjusted. J.5. Upon satisfactory completion of this or subsequent readjustments, a computerized elevator analyzer or similar type event recorder shall be utilized to accurately record the hall waiting time at each landing and other data necessary to establish that the system is operating at peak efficiency. Results shall be submitted and be labeled as to floor, time, date and identification of all other data and shall be delivered together with an analysis of the tapes/disks to the COR. J.6. Schedule of Tests for Elevators: To be verified as current by vendor at time of award following the ANSI/ASME Safety Codes for Elevators and Escalators and using reports provided by Syracuse VA Hospital and current elevator contractor. All 5-year full load testing on applicable elevator cars shall be done within a two (2) month time frame of the next required test for that elevator car as listed in tables 1 and 2. J.7. Within six (6) months prior to the termination of this contract, a representative of the COR shall make a thorough inspection of all equipment covered under this contract. The contractor shall correct defects found within thirty (30) calendar days. The contractor shall notify the COR in writing that the deficiencies have been corrected and that reinspection can be made. K. EMERGENCY REPAIR SERVICE K.1. The Contractor shall be available 24 hr. a day/ 7 days a week emergency repair services to both the Castle Point and Montrose VA Medical Campuses. The Contractor shall provide prompt emergency call back service at no extra charge to the Government. Upon arriving at the facility to perform services, the contractor shall report to the Contracting Officer's Representative or designated VA personnel, before and after performance of service, providing evidence of service performed. For emergency repairs, the contractor shall have personnel on site within the parameters found in Table 3: Response and Completion Times. All travel, labor and parts associated with work performed during regular work hours shall be considered within the scope of this procurement. Only the COR and individuals identified by the COR shall be able to place emergency service calls. If WHEN repairs require more than 4 hours of time to complete, the Contractor shall notify the COR or their onsite designated representative and a decision will be made by the COR or designee if the elevator can be taken out of service until normal business hours; and terminate the emergency service call. In all Entrapment Callback situations during WHEN hours, the VA Hudson Valley Montrose and Castle Point Fire Department will be notified to assist the customer to safely extricate entrapped individuals when the contractor is unavailable. Callbacks are not to take time away from preventive maintenance and other requirements required under this contract. Equipment malfunctions shall be corrected the same day that the service call was issued. If circumstances beyond the contractor s control preclude resolution of the problem that day, the COR must be notified with an explanation of the delay. Emergency call shall be defined as: Any TWO passenger elevators in the same bank of elevators are out of service. One Service elevator is out of service. Or if passengers are trapped. Table 3: Response and Completion Times Classification Normal Duty Hours Other Than Normal Duty Hours Response time Completion Response Time Completion Entrapment 1 Hour Until Safe/ Equipment Returned to Normal Service 1 Hour Until Safe/ Equipment Returned to Normal Service Emergency 1 hour Continuous Until Safe/ Complete 2 hours Continuous Until Safe/ Complete Urgent 4 hours Downgrade to Routine 6 hours Downgrade to Routine K.2. The contract shall also include in its services provided to the Castle Point and Montrose VA Medical Campuses the travel costs associated with twenty-five (25) emergency calls and up to 100 hours worth of overtime/weekend emergency service premiums per contract period at no additional cost to the VA. If and after the initial covered 100 hours of overtime/weekend calls are exhausted the Medical Center will only pay the premium portion of the overtime/weekend calls for any additional service after regular business hours. K.3. 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 the parameters stated in table 3: Response and Completion Times of telephone request from the Contrac...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa396d261c8e47629c46dbb52d9e3989/view)
- Place of Performance
- Address: Department of Veterans Affairs Hudson Valley Health Care System VAMC-FDR-Montrose Campus 2094 Albany Post Road, Montrose 10548, USA
- Zip Code: 10548
- Country: USA
- Zip Code: 10548
- Record
- SN06261019-F 20220310/220308230106 (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 |