Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

J -- ELEVATOR MAINTENANCE FOR THE MANHATTAN VA

Notice Date
8/2/2010
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24310RQ0503
 
Response Due
8/11/2008
 
Archive Date
9/10/2008
 
Point of Contact
Greg Vogt
 
E-Mail Address
Contract Specialist
(Gregory.Vogt@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: Sources Sought Notice only. This is not a request for quotes or proposals. No formal solicitation document exists at this time. Seeking Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or other small businesses to provide elevator maintenance for the Manhattan VA located at 423 East 23rd St., New York, NY 10010. Contractor shall furnish all parts, materials, labor and transportation necessary and incident to providing full Preventative Maintenance Service of elevators/vertical transport equipment. Furnish inspection and maintenance service on all fifteen (15) passenger elevators, six (6) freight elevators, one (1) freight/passenger elevator, two (2) cart lifts, one (1) dumbwaiter, and one 1 MRI elevator. 1. The Contractor shall obtain all necessary licenses and/or permits required to perform the work. 2.The Contractor shall furnish all material, labor, lubricants, hydraulic fluids, supervision, tools, shipping, travel and equipment necessary to provide full maintenance services, including all adjustments, tests, parts replacement and repairs necessary to keep the elevators in continuous use at their initial performance ability (same speed, capacity, safety and efficiency) as originally specified by the equipment manufacturer as modified there after. All adjustments, repairs and modifications, must conform to the manufacturer guidelines and/or the following industry standards, as applicable, whichever is more stringent. 3.Contractor shall have in his possession throughout the term of the contract all diagnostic equipment necessary to fully maintain, test, repair, adjust or reprogram the systems. 4.Contractor shall post a check chart for each elevator in each machine room in a conspicuous place. This check chart shall list each elevator component-showing schedule of manufacturer's recommended frequency of inspection of each component on a weekly, semi-annually, annually or other frequency. Entries shall be to indicate the status of schedule items of maintenance work performed. The check chart shall be kept up to date at all times and must be initialed and dated by the Contractor's employee to indicate that the work has been accomplished. Check chart shall be available for review at the COTR's request and the Contractor will physically show the COTR the completed work on request. 5.Safety tests and other tests and inspections shall be performed by the Contractor. Contractor shall perform all safety tests and other tests and inspections as recommended and required by ASME A17.1 LATEST EDITION AND ANSI/ASME A17.2 LATEST EDITION. 6.Contractor shall be required to attach tags after testing as specified by Code, such as at the governor-releasing carrier, and oil buffer, etc. 7.Any repairs or adjustments necessary to complete a test and return the elevator to service shall be performed by the Contractor at no additional expense to the Medical Center. 8.All elevators provided with firefighters' 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 A17.1 Code. A written record of findings on the operation shall be made by the Contractor and kept on the premises of said operation. (See Attachment C for firefighters' test log). Testing shall be done on weekend, holidays or the hours before 6:30 AM or after 6:30 PM, at no additional cost to the Medical Center. An adequate supply of spare parts shall be maintained at all times to ensure prompt preventive maintenance and repair services. Contractor shall furnish all labor and supplies, parts and materials necessary to regularly and systematically clean, examine, adjust, lubricate as required and if conditions warrant, repair or replace, as follows: 1.Machine, worm, gear, thrust bearings, drive sheave, drive sheave shaft bearings, brake pulley, brake coil, brake contact, brake linings and component parts. 2.Machine motor, motor generator, motor windings, rotating element, comutator, brushes, brush holders and bearings. 3.Controller, selector and dispatching equipment, all relays, solid state components, resistors, condensers, transformers, contacts, leads, dashpots, time devices, computer devices, CRT devices, selector tape or wire and mechanical and electrical driving equipment. 4.Governor, governor ropes, governor sheave and shaft assembly, bearings, contacts, and governor jaws. 5.Deflector or secondary sheave, bearings, car and counterweight buffers, car and counterweight guide rails, top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly, counterweight guide shoes including rollers or gibs. 6.Hoistway door interlocks, hoistway door hangers, bottom door guides and auxiliary door closing devices. 7.Automatic power operated door operator, car door hanger, car door contact, door protective devices, load weighing equipment, car frame, car safety mechanism, platform, wood platform flooring, car guide shoes including gibs and rollers. 8.Car operating panel(s) and equipment, hall lanterns, hall buttons and signal devices. 9.Cab Lighting 10.Where applicable to hydraulic elevators include cylinder head, plunger exposed surfaces, plunger gland and packing, pumps, exposed piping, fittings and flexible pipe connections, operating controls, check and relief valves, valves, gages and tanks. 11.All parts and materials shall be of the original manufacturer's design and specification, or equal thereto. All lubricants shall be as recommended by the manufacturer. Contractor shall also: 1.Examine periodically all safety devices and governors and conduct an annual no load safety test and each fifth year perform a full load, full speed test of safety mechanism, overhead speed governors, car and counterweight buffers. If required, the governor will be calibrated and sealed for proper tripping speed. 2.Maintain an adequate factor of safety, to equalize the tension on all hoisting ropes, repair and replace conductor cables and hoistway and machine room wiring. 3.Keep car emergency light units in an operable condition at all times, test special emergency (fireman's service) service and emergency power circuits, where provided in accordance with Code requirements. 4.Furnish lubricants specified to the various lubrication needs. 5.Maintain a supply of contacts, coils, leads, brushes, lubricants, wiping cloths and other minor parts in each machine room for the performance of routine preventative maintenance. 6.Maintain a complete set of current, legible schematic wiring diagrams in each elevator machine room for each elevator contained therein. To the extent that any of the required schematic wiring diagrams are not available at the time of contract award, it will be the responsibility of the Contractor to provide same at no cost to the Medical Center. 7.Periodically clean hoistway including all equipment located in or moving through the hoistway, car top, car sling, safeties, appliances, pits, sills, door tracks and hangers. Clean and paint as needed machine room floors. All travel costs associated with the performance of this contract are the responsibility of the contractor and are provided at no additional cost to the Government as part of this contract. Travel costs are defined as but are not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc. The requirement will be at the Manhattan VA Medical Center located at 423 East 23rd St., NY, NY 10010. The NAICS code is 238290 and the small business size standard is $14 million. Responses to this notice should include the following: company name, address, point of contact, telephone number, fax number, DUNS #, email address, and company status (large, small, small disadvantaged, women-owned, veteran owned, or service disabled veteran owned) to Gregory.Vogt@med.va.gov. All questions shall be addressed by email. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This synopsis is not a solicitation announcement for proposal and no contract will be awarded from this announcement. All responses shall be submitted in writing no later than the close of business, 4PM, EST, August 11, 2010, to Greg Vogt, Contract Specialist Bronx VA Medical Center, 130 West Kingsbridge Rd., Bronx, NY 10468. Fax number is 718-741-4722. Email address: Gregory.vogt@va.gov. If you need additional information, please contact me at by email address above. Contracting Office Address: Bronx VA Medical Center, 130 W. Kingsbridge Rd., Bronx, NY 10468 Place of Performance: NY Harbor Healthcare System located at 423 East 23rd St., NY, NY 10010 Point of Contact(s): Greg Vogt, Contract Specialist 718-741-4321
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24310RQ0503/listing.html)
 
Place of Performance
Address: 423 East 23rd St.;New York, NY
Zip Code: 10010
 
Record
SN02225848-W 20100804/100802235344-6fe9e628092489aca1a8231252c1921e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.