SOURCES SOUGHT
J -- Elevator Maintenance Services at USACE Waterfield Building, Norfolk, VA
- Notice Date
- 4/27/2023 7:01:16 AM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123623Q5020
- Response Due
- 5/12/2023 9:00:00 AM
- Point of Contact
- Jillian Noblett, STORMIE WICKS
- E-Mail Address
-
Jillian.L.Noblett@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(Jillian.L.Noblett@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
- Description
- Sources Sought Notice Waterfield Building Elevator Services located at 803 Front Street Norfolk, VA. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTE. THERE IS NOT A SOLICITATION, NOR SPECIFICATIONS AVAILABLE AT THIS TIME.� The U.S. Army Corps of Engineers Norfolk District requests responses from qualified sources capable of providing maintenance services for an elevator system located at 803 Front Street Norfolk, VA. Services shall include a base year with four optional one-year periods if exercised by the government . The facility has two (2) geared traction passenger elevators and MCE controllers; unit identifiers 3094264 and 3094265 in a 4-story building.� As part of the service provided under the terms of this contract, the Contractor shall perform all repairs necessary to prevent a breakdown or failure of a piece of equipment of the system.� The Contractor will be required to accomplish repairs which affect operation within 24 hours.� The Contractor shall furnish all labor, supplies, equipment, parts, and materials necessary to perform cleaning, maintenance, inspection, repairs or replacements to elevator equipment, appurtenances, and accessories, including hoist machinery, motor generators, controllers, selectors, worn gears, thrusts, bearings, brake magnet coils, brake shoes, cab fans, brushes, windings, commutators, rotating elements, contacts, coils, resistors for operation and motor circuits, magnet frames, cams, car door and hoisting door hangers, tracks and guides, door operating devices, interlocks and contacts, hatch lighting, pit lights, cab lights, bulb replacement in signal system, and all other elevator signal and accessory equipment complete, where included as part of the elevator installation at the time the bid for this work is submitted. �The Contractor is responsible for replacement of all machine room light bulbs or tubes, hatchway and pit receptacles and light sockets. �Particular attention is to be given to maintaining all emergency light units in an operable condition. �All lubricants, oils, greases, rope dressings and preservatives, and cleaning materials are to be furnished by the Contractor.� Lubricants are to be of the proper grade for the intended use. All cleaners used to remove oil and grease shall be non-toxic, odorless, and have a high flash point. The Contractor shall perform inspections on the equipment at not less than monthly intervals. �These inspections should ensure a safe and efficient level of operation and all work relative to the cleaning, lubrication, and adjustment of the equipment that is necessary for the desired level of operation should be performed. A detailed elevator maintenance schedule will be included in the PWS and posted with the official Solicitation. The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. �The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity, and shall be responsible for taking such disciplinary action with respect to his employees as may be necessary. The Contractor shall comply with all current OSHA, EPA, US Army Corps of Engineers Safety and Health Requirements Manual and other regulations in performing work under this contract. The contractor is required to comply with all security requirements which will be outlined in the PWS, to be posted with the official Solicitation. Delivery Location is 803 Front Street Norfolk, VA. 23510. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Anticipated Period of Performance: 1 Aug 2023 � 31 Jul 2024 (base year), with four additional option periods (if exercised) The Firm's response to this sources sought notice shall be limited to no more than 10 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity 4. Provide examples of your capability to successfully execute contracts of similar nature by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. Firm�s status as either a small or large business.� If the firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Prot�g� and teaming arrangement information. 7. Firm�s governmental CAGE code and Unique Entity Identifier (UEI). 8. Firm's Bonding Capability
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d612e6f5928d494db906c176f6edb2c7/view)
- Place of Performance
- Address: Norfolk, VA 23510, USA
- Zip Code: 23510
- Country: USA
- Zip Code: 23510
- Record
- SN06665294-F 20230429/230427230112 (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 |