Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
DOCUMENT

J -- Elevator Mntc TBD - Attachment

Notice Date
3/4/2011
 
Notice Type
Attachment
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA26311RQ0229
 
Response Due
3/17/2011
 
Archive Date
4/1/2011
 
Point of Contact
todd.yahnke@va.gov
 
E-Mail Address
Purchasing Agent
(todd.yahnke@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A 100% SMALL BUSINESS SETASIDE. The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA is soliciting, and intends to award a firm fixed price contract for Elevator maintenance and service. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at todd.yahnke@va.gov or fax 319-887-4957. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-263-11-RQ-0229 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective January 31, 2011. The associated NAICS code is 333921 and small business size standard is 500 emp. The requirement for this acquisition includes the following: STATEMENT OF WORK Contractor to furnish all labor, equipment and supplies necessary to fully maintain elevators and dumbwaiters in accordance with all terms, conditions, provisions, specifications and schedules of this proposal for the period of April 1, 2011, through September 30, 2011, inclusive, in accordance with the terms, conditions, provisions, specification and schedules of this proposal. SCHEDULE OF ELEVATORS & DUMBWAITERS - AMENDED LOCATIONELEVATOR NO.TYPEMAKEMONTHLYCOST East End of Bldg 2No. 9, Freight PushHydraulicMontgomery6 Button Auto Lobby B, Bldg 1No. B1TractionSchumacher6 Gearless Lobby B, Bldg 1No. B2TractionSchumacher 6 Gearless Lobby B, Bldg 1No. B3TractionSchumacher6 (April 23, 2011-September 30, 2011)Gearless Lobby C, Bldg 1No. C1TractionSchumacher3 (June 14, 2011-September 30, 2011)Gearless Lobby C, Bldg 1No. C2TractionSchumacher1 Gearless Building 21No. 1SPM-H2500Montgomery 6 BW120 ClinicalS1 DWSeries 200MATOT6 Lab, Building 1 BW101 Supply Proc.S2 DWSeries 200MATOT6 & Dist., Bldg 1 BS04 Pharmacy,S3DWSeries 200MATOT6 Bldg 1 3W101 Med RecordsS1 CLSeries 200MATOT6 Bldg 1 Main Lobby A, Bldg. 1No.A1, Pass AutoTractionSchumacher6 Main Lobby A, Bldg. 1No.A2, Pass AutoTractionSchumacher6 Main Lobby A, Bldg. 1No.A3, Pass AutoTractionSchumacher6 Main Lobby A, Bldg. 1No.A4, Pass AutoTractionSchumacher6 Lobby A, Bldg. 1 No.A5, Freight PushTractionSchumacher6 Pharmacy, Bldg. 1No. DW1TractionSchumacher6 Pharmacy, Bldg. 1No. DW2TractionSchumacher6 Dietetics, Bldg. 1No. DW3TractionSchumacher6 Dietetics, Bldg. 1No. DW4TractionSchumacher6 Building 40HydraulicKone6 Building 41HydraulicSchumacher6 OPTION YEAR #1 Contractor to furnish all labor, equipment and supplies necessary to fully maintain elevators and dumbwaiters in accordance with all terms, conditions, provisions, specifications and schedules of this proposal for the period of October 1, 2011, through September 30, 2012, inclusive, in accordance with the terms, conditions, provisions, specification and schedules of this proposal. SCHEDULE OF ELEVATORS & DUMBWAITERS - AMENDED LOCATIONELEVATOR NO.TYPEMAKEMONTHLYCOST East End of Bldg 2No. 9, Freight PushHydraulicMontgomery12 Button Auto Lobby B, Bldg 1No. B1TractionSchumacher12 Gearless Lobby B, Bldg 1No. B2TractionSchumacher 12 Gearless Lobby B, Bldg 1No. B3TractionSchumacher12 Gearless Lobby C, Bldg 1No. C1TractionSchumacher12 Gearless Lobby C, Bldg 1No. C2TractionSchumacher12 Gearless Building 21No. 1SPM-H2500Montgomery 12 BW120 ClinicalS1 DWSeries 200MATOT12 Lab, Building 1 BW101 Supply Proc.S2 DWSeries 200MATOT12 & Dist., Bldg 1 BS04 Pharmacy,S3DWSeries 200MATOT12 Bldg 1 3W101 Med RecordsS1 CLSeries 200MATOT12 Bldg 1 Main Lobby A, Bldg. 1No.A1, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A2, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A3, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A4, Pass AutoTractionSchumacher12 Lobby A, Bldg. 1 No.A5, Freight PushTractionSchumacher12 Pharmacy, Bldg. 1No. DW1TractionSchumacher12 Pharmacy, Bldg. 1No. DW2TractionSchumacher12 Dietetics, Bldg. 1No. DW3TractionSchumacher12 Dietetics, Bldg. 1No. DW4TractionSchumacher12 Building 40HydraulicKone12 Building 41HydraulicSchumacher12 OPTION YEAR #2 Contractor to furnish all labor, equipment and supplies necessary to fully maintain elevators and dumbwaiters in accordance with all terms, conditions, provisions, specifications and schedules of this proposal for the period of October 1, 2012, through September 30, 2013, inclusive, in accordance with the terms, conditions, provisions, specification and schedules of this proposal. SCHEDULE OF ELEVATORS & DUMBWAITERS - AMENDED LOCATIONELEVATOR NO.TYPEMAKEMONTHLYCOST East End of Bldg 2No. 9, Freight PushHydraulicMontgomery12 Button Auto Lobby B, Bldg 1No. B1TractionSchumacher12 Gearless Lobby B, Bldg 1No. B2TractionSchumacher 12 Gearless Lobby B, Bldg 1No. B3TractionSchumacher12 Gearless Lobby C, Bldg 1No. C1TractionSchumacher12 Gearless Lobby C, Bldg 1No. C2TractionSchumacher12 Gearless Building 21No. 1SPM-H2500Montgomery 12 BW120 ClinicalS1 DWSeries 200MATOT12 Lab, Building 1 BW101 Supply Proc.S2 DWSeries 200MATOT12 & Dist., Bldg 1 BS04 Pharmacy,S3DWSeries 200MATOT12 Bldg 1 3W101 Med RecordsS1 CLSeries 200MATOT12 Bldg 1 Main Lobby A, Bldg. 1No.A1, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A2, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A3, Pass AutoTractionSchumacher12 Main Lobby A, Bldg. 1No.A4, Pass AutoTractionSchumacher12 Lobby A, Bldg. 1 No.A5, Freight PushTractionSchumacher12 Pharmacy, Bldg. 1No. DW1TractionSchumacher12 Pharmacy, Bldg. 1No. DW2TractionSchumacher12 Dietetics, Bldg. 1No. DW3TractionSchumacher12 Dietetics, Bldg. 1No. DW4TractionSchumacher12 Building 40HydraulicKone12 Building 41HydraulicSchumacher12 STATEMENT OF WORK Weekly inspection of passenger and service type elevators shall be made on Friday. Semi-monthly inspection of freight type elevators and dumbwaiters shall be made on the 2nd and 4th Thursday. Inspections occurring on legal holidays will be rescheduled for the following administrative duty day. Elevator Maintenance, VA Medical Center, Iowa City, Iowa, Section B(2) 1.Contractor shall provide to the Veterans Affairs Medical Center (VAMC), Iowa City, IA, all necessary supervision, labor, equipment, materials, and parts for (inspection, preventative maintenance and emergency repairs) of the designated equipment. Contractor will furnish a copy of a standard service agreement, and a copy of the written preventive maintenance policies and procedures or the manufacturer's equipment manual, which includes method, and frequency of testing. All work performed under this contract shall be in accordance with accredited standards and codes applicable to the equipment covered under this contract as required and outlined by VHS&RA Supplement, MP=-3, G-series Guidelines and in accordance with attached special conditions. Equipment shall meet or exceed manufacturer's operating specifications upon completion of any repair or preventive maintenance procedures. 2.Workdays: Regular preventive maintenance and service calls shall be scheduled 24 hours in advance with Facility Management (319-338-0581, x6818) and shall be conducte3d between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday, exclusive of Federal Holidays. 3.Records/reports: Contractor is to notify Facility Management (Building 1, Room BE11) by signing in the "Maintenance Contract Register" upon arrival on the station for repair or inspection. Additionally, the Contractor will sign the "Maintenance Contract Register" upon leaving and provide a copy of the complete service record/report for each assembly replacement, repair, or maintenance call that will include the following: a.Date of service and hours worked b.Equipment type, model and serial number c.Brief description of work performed d.Listing of any parts used, with part number as shown on manufacturers schematic or parts list e.Signature of service representative f.Signature of designated Facility Management Representative accepting work After completion of service, Contractor shall place in a conspicuous location a tag/decal giving the following information: a.Date of service/preventive maintenance b.Date of next scheduled maintenance visit c.Calibration and safety data where applicable Any special data sheets relating to specific equipment performance shall be included with the service record/report. 4.Service shall include but not be limited to the following: a.Weekly systematic examination of equipment b.Cleaning, lubricating, adjusting, repairing, and replacing of all parts as necessary to keep the equipment in first-class condition and proper working order. c.Furnishing all lubricant, cleaning materials, and parts required. d.Equalizing tension, shortening, or renewing of hoisting ropes where necessary. e.The performance standards set forth in this specification including flight time, cycle time, and door times, shall be maintained at all times. f.The operational system shall function to the standards specified hereinafter, including any changes and/or adjustments required to meet varying conditions of hospital occupancy. Assure smooth starting and stopping and accurate leveling at all times. This service shall not include the performance of any work required as a result of improper use, accidents, or negligence for which the Contractor is not directly responsible having a dollar value exceeding $500. 5.Provide 24-hour emergency callback service, which shall consist of promptly responding to calls within two hours for emergency service should be shutdown or emergency trouble develop between regular examinations. Overtime emergency call back service shall be limited to minor adjustments and repairs required to protect the immediate safety of the equipment and persons in and about the elevator. 6.The Contractor shall maintain a log in the machine room. The log shall list the date and time of all weekly examinations and all trouble calls. Each trouble call shall be fully described, including the nature of the call necessary correction performed, and/or parts replaced. After normal business hours, or on a weekend or holiday, contractors will sign in the "Boiler Plant Maintenance Log" located at Boiler Plant (Building 16). Additionally the contractor will sign the Boiler Plant Maintenance Log upon leaving, and leave the service record/report in the register. 7.Clean up: Contractor will leave work site in as clean a condition as when work started. Debris accumulated during work procedures shall be removed and equipment or furniture moved during work procedures shall be repositioned to original location. NOTE: The procedures will be strictly enforced by the Contracting Officer and failure to follow will result in delay of payments. 8.Removal of equipment: Any equipment required to be removed from the facility for repair work shall be signed out through Facility Management. Contractor assumes full responsibility for all equipment removed from the facility. 9.Parking: Parking will be behind Building 2 - just outside the designated contractors lot (not in the contractors parking area). Upon arrival notify the Facility Management office of vehicle identification and location. Failure to park in this area can result in a parking ticket and monetary fine. Should parking space in this area be unavailable upon arrival, this should be made known at sign-in at the Facility Management office so an alternate parking location can be arranged. 10.Part or service not covered: Contractor will not perform any additional service or replace parts not covered by this agreement without prior technical review by the Facility Management Representative and prior authorization by the Contracting Officer. Prior to the start of this contract the Contracting Officer, Facility Management representative and a representative of the contractor shall establish a schedule of scheduled maintenance inspections, which the contractor will adhere to as closely as possible. 11.Contractor to provide elevator mechanic to assist with semi-annual elevator inspection. This is to include 5-year and load testing as scheduled. 12.Contractor to provide monthly key test of fire fighters service and provide test report to COTR The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veteran's Affairs, Iowa City VAMC, 601 Highway 6 W, Iowa City, IA 52246. (Contact Randall Millers at (319) 338-0581 ext: 6880 for questions. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 14:00 am CST on March 17, 2011. Proposal may be mailed, faxed or emailed to Todd Yahnke at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 887-4957, or e-mail: todd.yahnke@va.gov. For additional information regarding this notice please contact Todd Yahnke at the provided email address or by calling (319) 688-3842.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26311RQ0229/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0229 VA-263-11-RQ-0229_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180386&FileName=VA-263-11-RQ-0229-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180386&FileName=VA-263-11-RQ-0229-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Medical Center;601 Hwy 6 West;Iowa City, IA
Zip Code: 52246
 
Record
SN02394009-W 20110306/110304234531-7ba538977adc722e44605942824c097f (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.