Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992

Contracting Officer 90C DVA Medical Center/Outpatient Clinic, 150 South Huntington Avenue, Boston, MA 02130

J -- ELEVATOR MAINTENANCE AND REPAIR SOL 523-4-98 DUE 123197 POC Ann Hannan (617) 232-9500 extension 5530 This combined synopsis/quotation for commercial items is prepared in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the final request for quotation; quotes are being requested and a written quotation will not be issued. This quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. BILLING/SCHEDULE: GENERAL REQUIREMENTS: The Contractor shall furnish, a weekly minimum of 42-1/2 hours, Elevator Mechanic labor, transportation, equipment, materials, tool s, supplies, supervision, incidental engineering, and management required to perform the inspections, testing, maintenance, repair, and component replacement as required to maintain the following elevator equipment systems in accordance with the manufacturer's original specifications.. Work includes the performance of service work, preventive maintenance of equipment (in accordance with Exhibit 2), routine and periodic inspections and tests in accordance with ANSI/ASME A17.l, A17.2. The contractor shall take all necessary steps and measures, which would be taken by a prudent owner to maximize the life expectancy of the elevators and related systems to ensure safe and reliable elevator operation. The contractor shall be responsible to clean and keep free from trash and debris of all elevator mechanical rooms. The contractor shall be fully responsible and accountable for the operation of all equipment beginning from the date of award. All scheduled work that requires an elevator to be taken out of service shall be coordinated with the Contracting Officer's Technical Representative (COTR). The contractor shall maintain all equipment according to manufacturer's specifications and recommendations. Item 1, S-1, type: Freight, Manufacturer: Otis/Schlindler Capacit y: 2.5 ton, Number of floors: 17, Age: 48 years, Speed: 500 ft/minute, Door Type: 2 speed side slide. Item 2, S-2, type: Freight, Manufacturer: Otis/Schlindler Capacity: 2.5 ton, Number of floors: 17, Age: 48 years, Speed: 500 ft/minute, Door Type: 2 speed side slide. Item 3 thru 10, P-3 thru P-10 type: Passenger, Manufacturer: Otis/Schlindler Capacity: 2 ton, Number of floors: 15, Age: 48 years, Speed: 500 ft/minute, Door Type: 2 speed side slide. Item 11, P-11 type Passenger, Manufacturer: Payne Capacity: 3 . 25 ton, Number of floors: 5, Age: 48 years, Speed: 75 ft/minute, Door Type: Manual. Item 12, B-2 type Passenger, Manufacturer: Otis/T.E.C. Capacity: 2 ton, Number of floors: 6, Age: 48 years, Speed: 200 ft/minute, Door Type: 2 speed side slide. Item 13, B- 9 type Passenger, Manufacturer: Payne Capacity: 2.5 ton, Number of floors: 4, Age: 30 years, Speed: 200 ft/minute, Door Type: 2 speed side slide. Item 14, Research type Passenger, Manufacturer: Payne Capacity: 3.25 ton, Number of floors: 5, Age: 30 years, Speed: 200 ft/minute, Door Type: 2 speed side slide. Offeror shall submit a price for each Elevator per month and an extended price for the base period 01/01/98 thru 09/30/98 and two option years 10/1/98 thru 9/30/99 and 10/01/99 thru 09/30/00 DETERMINATION OF EXISTING CONDITIONS: The contractor after receipt of award, accompanied by the COTR and his designee's shall make a complete and systematic inspection to determine the existing condition of the elevators. This shall be done during the first thirty (30) calendar days of the contract. Any deficiency repairs shall not be performed until the contractor and the Contracting Officer have reached an agreement on the price to accomplish the project. The contractor shall submit to the COTR a detailed cost breakdown to perform the work, including the labor hours by trade or by the various types of work to be performed on the project, and an itemized listing of the cost of materials and overhead as allowed by the contract. PERSONNEL: All maintenance personnel directly engaged in the work to be accomplished under the contract shall possess: 1) a certificate of completion of apprenticeship, 2) a certificate as an elevator service and repair journeyman, 3) at least 2 years experience in the operation and maintenance of the kind of elevators to be maintained under this contract. The contractor shall ensure that all work required by this contract is satisfactorily supervised. A supervisor shall be designated in writing by the contractor to have the authority to act for the contractor on all technical and personnel matters relating to daily operation of this contract. SUPPLIES, MATERIALS, AND REPLACEMENT PARTS: The contractor shall furnish all labor, supplies, parts and materials necessary to perform equipment cleaning and mechanical equipment room cleaning, and maintenance, inspection, repairs or replacements to elevators, equipment, appurtenance, and accessories. Contractors liability for any single replacement part shall be limited to the first $5000.00., for example on a single part costing $6000.00 the VA will pay $1000.00 INSPECTION AND TESTS: the contractor shall conduct inspection and test as required by the most current edition of the ANSI/ASME A17.1, A17.2 and witnessed by the COTR. The contractor shall be responsible for the prompt correction within 48 hours of all deficiencies noted during inspections and tests. Inspection findings shall be maintained and recorded by the contractor. After all inspections are complete the contract shall inform the COTR of any deficiencies that were found. REPORTING: Any of the contractor's personnel performing repairs and/or preventive maintenance under this contract shall contact the COTR when first arriving and when departing the facility. At the completion of the work the contractor's employee(s) shall turn in a copy of the work order or form to the COTR. SERVICE CALLS: Normal working hours are defined as 8:00 AM-4:30 PM, Monday through Friday, excluding government Holidays. Routine Service Calls: When work consists of correcting the circumstances which interrupt or otherwise adversely impact the building occupants. During the normal working hours responding to routine service calls is part of the basic services and no additional payment shall be made. Emergency Service Calls: After normal working hours to correct failures which constitute an immediate danger to personnel, property or in which 2 or more elevators in the same building are not in operation. During the normal working hours responding to emergency calls is part of the basic services and no additional payment shall be made. RESPONSIVENESS: For all emergency calls, during or after normal working hours, including weekends and Government Holidays, the contractor shall report to the scene of the emergency within two (2) hours after being notified by the COTR or his authorized designee(s). . The contractor shall remain on the job until the emergency has been relieved.. DEDUCTIONS: It is the objective of the Government to obtain quality workmanship and complete work perform ance in accordance with the above general requirements. Deductions shall be made for work improperly performed and work which has not beenperformed. ELEVATOR PREVENTIVE MAINTENANCE SCHEDULE: Maintenance shall be performed in accordance with the manufacturer's instruction and Technical Exhibit 2, Elevator Preventive Maintenance Schedule. Items regularly inspected on a monthly basis include the motor generator unit, hoist machine, controls, and governor. Doors, hangers, closers, interlocks, door operators shall be maintained and kept in proper operation by mechanics as they ride the elevators. Items requiring attention shall be repaired or reported to the elevator supervisor. FAR provision 52.212-1 Instruction to Offerors -- -- Commercial Items applies. With the following addendum to paragraph (b)(5): Offerors shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. 52.212-2 Evaluation - -- Commercial Item applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technicall y acceptable, the offeror must provide references from a minimum of three (3) major, current accounts in the New England area for whom the offeror provides similar service. FAR clause 52.212-4, contract Terms and Conditions -- Commercial Items applies wit h the following addendum provisions and clauses. FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract, with Paragraph (a) completed as follows "The Government may extend the term of this contract by written notice to the Contractor within 30 days..." and Paragraph (c) completed as follows "The total duration of this contract, including the exercise of any options under this clause, shall not exceed three(3) years"; and FAR 52. 232-18, Availability of Funds The addendum also establishes FAR 52.212-4 paragraph (t) which contains a continuation of theschedule of supplies/services from blocks 18 through 21 of the SF 1442 FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item (JUN 96) applies with the following applicable clauses for paragraph (c): FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, F AR 52.222-43 Fair Labor Standards Act and Service Contract Act -- -- Price Adjustment (Multiple Year and Option Contracts). Bidders may obtain the latest Wage Determination NO. 85-1226 Rev. 13 dated 8/4/97 which establishes the prevailing wage guidelines for this acquisition by calling the contact number identified below. INSURANCE: Before commencing work under this contract, the contractor shall acquire a Certificate of Insurance in accordance with FAR clause 52.228-5 Insurance -- Work on a Government Insta llation (SEP 89). Insurance coverage will be as follows: WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE with employer's liability coverage of a least $100,000.00. GENERAL LIABILITY- bodily injury liability insurance coverage written on the com p rehensive form policy, at least $500,000.00 per occurrence and AUTOMOBILE LIABILITY -- required on the comprehensive form of policy, and shall provide bodily liability and property damage liability covering the operation of all automobiles used in connect ion with performing the contract. Policies shall provide coverage of at least $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 per occurrence for property damage. NOTICE TO QUOTERS: For further information and applicable forms, please call (617) 232-9500 extension 5535). SUBMISSION OF QUOTES: Quotes shall be received at Contracting Officer (90C) Department of Veterans Affairs Medical Center, 150 South Huntington Avenue, Boston, MA 02126-4893 by 4:30pm local time December 31, 1997 All quotes shall be clearly marked with the quoter's name and quote number. POINT OF CONTACT: For information, questions and availability of forms, addendum, wage determination, technical exhibits, etc. please contact Mr. Ann Hannan at (617) 232-9500 extension 5530 or request the same via fax (617)278-4546. To make a site visit the Point of Contact is Mr. James Koss at (617) 232-9500 x5412. (0345)

Loren Data Corp. http://www.ld.com (SYN# 0056 19971215\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page