Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOLICITATION NOTICE

Z -- Maintenance of Schindler Elevators/Escalators at Navy Exchange (NEX), Pearl Harbor, Hawaii

Notice Date
1/19/2012
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247812R2384
 
Response Due
3/5/2012
 
Archive Date
3/5/2012
 
Point of Contact
Sandy Sekiguchi (808) 474-3388
 
E-Mail Address
sandy.sekiguchi@navy.mil
(sandy.sekiguchi@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Maintenance of Schindler Elevators/Escalators at Navy Exchange (NEX), Pearl Harbor, Hawaii. This contract action is for services for which the Government intends to solicit and negotiate with only Schindler Elevator Corporation dba Schindler under the authority of FAR 6.302. The elevator systems, manufactured by Schindler, consist of a logic control system. The logic control system is a microprocessor controller that provides for programmable control of call allocation, logic functions, door control, speed sensing, and car position. The microprocessor software provides the capability to display, monitor, diagnose, and adjust any and all operation and performance parameters, fault logs, fault history, trouble calls, and diagnosis. The design of the Schindler Microprocessor controllers are proprietary and restrict access to the diagnostic capabilities and the full range of adjustable parameters in the software program. The logic control system can only be accessed by Schindler personnel who have the equipment and access codes needed to maintain the elevator equipment. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide maintenance and repair of the Schindler elevators and escalators listed below. The work is located at the NEX, Pearl Harbor, Oahu, Hawaii. The solicitation is a combination firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) contract. The Schindler escalators and elevators are as follows: (1)NEX Hydraulic Elevators 301-307; 3,500 lb and 6,000 lb capacity, Building 631 (2)NEX Chain Drive Escalators 1-4; Building 631 The Contractor shall develop and implement a viable PM program for Vertical Transportation Equipment (VTE) per manufacturer ™s recommended procedures, and Original Equipment Manufacturer (OEM) and industry standards to ensure proper operation, to minimize breakdowns, and to maximize useful life. All discrepancies discovered during performance of preventive maintenance work must be completed within two calendar days unless there are extenuating circumstances. Downtime of the elevators/escalators must be kept to an absolute minimum. The Contractor is also required to respond to emergency and routine service calls. The Contractor shall be available to perform emergency service calls 24 hours a day, seven days a week throughout the contract period. Arrest emergent condition within two hours of Government ™s inception of work order, and complete the repair within two calendar days. The Contractor shall perform service call work in a timely manner and ensure VTE is restored to a safe, operable condition and functions properly. The Contractor shall maintain sufficient parts, materials and equipment on hand to support service call work requirements and complete all work within two calendar days. Lack of availability of parts, material, or equipment will not relieve the Contractor from the requirement to complete service call work within the time limits specified. The Contractor shall perform the annual and semi-annual inspection and testing for each VTE in accordance with but not limited to ASME A17.1, A17.2 and A17.3, NFPA, NEC, ANSI and MO118. In addition, the Contractor shall perform Three-Year Hydrostatic Test - Inspection, Testing, and Certification, Five-Year Load and Speed Test - Inspection, Testing, and Certification. The Contractor shall perform all inspection and testing with Government Inspector in attendance, and provide services to support Government certification. The Contractor ™s personnel performing the work or their Superintendent shall have verifiable experience of ten years in maintenance and repair of Schindler elevators/escalators and shall provide evidence of this experience to the Government prior to award of the solicitation. The experience shall include preventive maintenance work and providing repairs on similar equipment found at NEX, in order to keep the elevators/escalators in an operable condition. The Contractor shall show evidence that all the necessary parts, material, and equipment are available to arrest emergency conditions within two hours and complete all repairs within two calendar days. The SSHO shall have and show evidence of a minimum of 3 years safety work on similar project, completion of the 30-Hour OSHA Construction Safety class or equivalent within 3 years prior to the scheduled start date, competent person training for Fall Protection and Hazardous Energy. The training shall be specifically for each of the training listed (i.e., not part of a general safety training class). Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 238290 and the annual size standard is $14,000,000. The contract term will be a base period of one year plus four option years. The Government will not synopsize the options when exercised. IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Firms that have the capability to perform the above work should notify us within 15 days after date of publication of this synopsis. Firms shall also provide evidence to show how parts and materials can be obtained quickly. Note 22 applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247812R2384/listing.html)
 
Place of Performance
Address: NEX, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02656964-W 20120121/120119234102-43e889dbd42c13d7fcc5c0258af0d8c5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.