Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SPECIAL NOTICE

39 -- 39--Elevator preventative maintenance and inspection s

Notice Date
2/12/2024 7:54:23 AM
 
Notice Type
Special Notice
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Response Due
2/15/2024 3:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
FAIRLEY, KIMBERLA
 
E-Mail Address
KIMBERLA.FAIRLEY@NOAA.GOV
(KIMBERLA.FAIRLEY@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***NOAA's National Marine Fisheries Service (NMFS), Southwest Fisheries Science Center (SWFSC) and Operations and Management Division (O&M) intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b)(1), with Otis Elevator, for elevator maintenance, repairs and annual certification for passenger elevators. ***The sole source determination is based on the National Oceanic and Atmospheric Administration (NOAA) requirement and market research to procure elevator maintenance service. Task 1.� To inspect, lubricate, adjust, clean and if conditions or usage warrant, repair or replace components as required. This may include but is not limited to: controller parts, selectors and dispatching equipment, relays, solid-state components, transducers, resistors, condensers, power amplifiers, transformers, contacts, leads, dashpots, timing devices, computer and microcomputer devices, steel selector tapes, mechanical and electrical driving equipment, signal lamps, and position indicating equipment, door operators, car door hangers, car door contacts, door protective devices, load weighing equipment, car frames, car safety mechanisms, platforms, car and counterweight guide shoes including rollers and gibs, and emergency car lighting, hoistway door interlocks and hangers, bottom door guides, and auxiliary door closing devices, machines, worms, gears, thrust bearings, drive sheaves, drive sheave shaft bearings, brake pulleys, brake coils, contacts, linings, and component parts, motors, brushes, brush holders, and bearings, governor components, governor sheaves and shaft assemblies, bearings, contacts, governor jaws, deflector or secondary sheaves, car and counterweight buffers, car and counterweight guide rails, car and counterweight sheave assemblies, top and bottom limit switches, governor tension sheave assemblies, and compensating sheave assemblies, pumps, pump motors, operating valves, valve motors, leveling valves, plunger packings, exposed piping, above ground plungers and cylinders, and hydraulic fluid tanks, escalator handrails, handrail drive chains, handrail brush guards, handrail guide rollers, alignment devices, steps, step treads, step wheels, step chains, step axle bushings, comb plates, floor plates, tracks, external gearing, and drive chains, escalator upper drives, upper drive bearings, tension sprocket bearings, upper newel bearings and lower newel bearings, demarcation lights, and comb lights. All work, including minor adjustment callbacks shall be performed by trained employees during regular working hours of our regular working days for the examiners who perform the service. Use only genuine parts and supplies as used in the manufacture and installation of the original equipment shall be provided. Task 2.� To conduct an annual no load pressure relief valve test for hydraulic units. Task 3.� Option Year 4 � Within 30 days of contract expiration the contractor shall conduct an annual no load test and perform a full load, a full load, full speed test of the safety mechanisms, overspeed governors, and car and counterweight buffers. If required, the governor shall be recalibrated and sealed for proper tripping speed, and elevator car balances shall be checked. Task 4. To periodically examine the safety devices and governors of the traction and roped hydraulic units. Task 5.� The contractor shall provide a schedule of all maintenance activities to be provided. Contractor shall provide a program to record completion of maintenance procedures which allows access to twelve (12) months of report, completed maintenance procedure and service call history for all 3 units. Task 6.� Contractor shall provide reports to record completion of all maintenance procedures and service calls. Task 7.� Contractor shall have the ability to employ 24-hour year-round dispatch monitoring of all 3 units. In the event an emergency call is made from the phone in the elevator and a passenger indicates a need for assistance, the Contractor must respond immediately to that passenger call. Task 8.� The contractor shall provide annual elevator certification for all three (3) units by providing a stand-by technician. This will be a separate CLIN (not-to-exceed). The government will provide the third-party certification inspector. Task 9. Contractor must produce MSDS sheets (Material Safety Data Sheet) Manuals and comply with all federal and state environmental laws and regulations. PERIOD OF PERFORMANCE: �Twelve-month Base year with four twelve-month option periods. Base Year: ��������� 3/01/2024-2/28/2025 Option Year I: ���� 3/01/2025-2/28/2026 Option Year II: �� 3/01/2026-2/28/2027 Option Year III:�� 3/01/2027-2/29/2028 Option Year IV��� 3/01/2028-2/28/2029 ***THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO SOLICITATION PACKAGE IS AVAILABLE. HOWEVER, FIRMS THAT BELIEVE THEY CAN FULLY MEET THE GOVERNMENT'S REQUIREMENTS MAY SUBMIT SUBSTANTIATING DOCUMENTATION IN WRITING TO THE IDENTIFIED POINT OF CONTACT WITHIN 15 DAYS AFTER PUBLICATION OF THIS SYNOPSIS. SUCH DOCUMENTATION WILL BE EVALUATED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER OR NOT TO CONDUCT THIS PROCUREMENT ON A COMPETITIVE BASIS. A DETERMINATION BY THE GOVERNMENT NOT TO CONDUCT A COMPETITIVE PROCUREMENT, BASED UPON RESPONSES TO THIS NOTICE, IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. ORAL COMMUNICATIONS ARE NOT ACCEPTABLE IN RESPONSE TO THIS NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e0fb6f428fa4fc4a5c928399579027f/view)
 
Place of Performance
Address: La Jolla, CA 92037, USA
Zip Code: 92037
Country: USA
 
Record
SN06962716-F 20240214/240212230045 (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.