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