Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

J -- ELEVATOR MAINRENANCE AND REPAIRS - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25017N0124
 
Response Due
12/20/2016
 
Archive Date
3/29/2017
 
Point of Contact
Thomas Auten
 
E-Mail Address
5-3938<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for Elevator repair and Maintenance with all labor, materials, equipment, supervision, and all necessary resources to maintain the equipment as listed below. The contractor shall be authorized to maintain Elevator Equipment as listed below. Work shall be performed at the Aleda E. Lutz VA Medical Center, 1500 Weiss St., Saginaw, MI 48602. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 811310, and 4. If the item(s) are available on a FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB or not. 52.219-14 Limitations on Subcontracting. Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is not a solicitation. This is a Request for Information, Sources Sought. This Sources Sought will close on 12/20/2016 at 3PM EDST. Please e-mail all responses to Thomas.Auten@va.gov. STATEMENT OF WORK (SOW) Service Schedule. Contractor shall provide all labor, tools, materials, equipment and supervision necessary to provide maintenance for the elevators/lifts/ at the Aleda E Lutz VA Medical Center, Saginaw, MI 48602. This shall include preventive maintenance; repairs, inspections and emergency call-back services for all elevators or lifts listed below. Contractor shall provide maintenance in a manner which ensures the safe and continuous operation of all equipment listed in accordance with commercial practices or manufacturer's specifications (ANSI-ASME Al7). The period of service shall be from the Base year with four (4) one(1) year option periods. Note: Option year periods are contingent upon maintaining an active GSA schedule contract. BASE YEAR Base Year Estimate Item# Description Quantity Frequency: Weeks/Annual Bldg.1 Passenger Elevators (6 floors/landings)(Traction) 2 52 weeks Bldg. 1 Service Elevator (Traction) (6 floors/landings) 1 52 weeks 3 Bldg. 1 Front Entrance Elevator (Hydraulic) (2 floors/landing) 1 52 weeks Bldg. 22 Hydraulic Elevators (Hydraulic) (3 floors/landings) 2 52 weeks Bldg. 6 Elevator (Traction) (2 floors/landings) 1 52 weeks 6 Traction Elevator Load Testing 4 1 7 Hydraulic Elevator Load Testing 3 1 -------------------------------------------------------------------------------------------------------------- Item# Description Quantity Frequency: Weeks/Annual Bldg.1 Passenger Elevators floors/landings)(Traction) 2 52 weeks 2 Bldg. 1 Service Elevator (Traction) (6 floors/ landings) 1 52 weeks 3 Bldg. 1 Front Entrance Elevator (Hydraulic) (2 floors/landing) 1 52 weeks 4 Bldg. 22 Hydraulic Elevators (Hydraulic) (3 floors/landings) 2 52 weeks Bldg. 6 Elevator (Traction) (Option Years 1-4) (2 floors/landings) 1 52 weeks 6 Traction Elevator Load Testing 4 1 7 Hydraulic Elevator Load Testing 3 1 8 OSHA Safety Insp. 1 1 -------------------------------------------------------------------------------------------------------------- Base Year: Option Year 1: (includes 3-Year Annual Load Test Safety Inspection w/weights) Option Year 2: (includes Annual Safety Inspection) Option Year 3: (includes Annual Safety Inspection) Option Year 4: (includes 3-Year Annual Load Test Safety Inspection w/weights) Statement of Work Part I: General Information A. Introduction. Aleda E Lutz VA Medical Center has a requirement for elevator maintenance service located at 1500 Weiss St., Saginaw, MI 48602. B. Background. Aleda E Lutz VA Medical Center is a medical facility providing both inpatient and outpatient care and services. C. Scope. Contractor shall provide all labor, tools, materials, equipment and supervision necessary to provide maintenance for the elevators/lifts/ at the Aleda E Lutz VA Medical Center, 1500 Weiss St., Saginaw MI 48602. This shall include preventive maintenance; repairs, inspections and emergency call-back services for all elevators or lifts listed below and labeled, Schedule of Elevators. Contractor shall provide maintenance in a manner which ensures the safe and continuous operation of all equipment listed in accordance with commercial practices or manufacturer's specifications (ANSI/ASME Al7). D. Applicable Documents. Schedule of Vertical Transport Systems/Traction Elevator/Cart Lift Monthly PM Check Weekly Elevator/Bi-Weekly Elevator Inspection List. (Vendor shall generate report and submit to VAMC Saginaw Maintenance & Repair Supervisor) Report shall be submitted in hard copy form @ VAMC Saginaw FMS Office. VA Form 10-6166 - Report of Inspection of Electric Elevators ASME A l7.1 Safety Code for Elevators and Escalators, (2004) http://www.madcad.com/library/ASME-Al7.1- 07/ ASME A l7.2 Inspectors' Manual for Elevators and Escalators, (2007) ASME A l7.3 Safety Code for Existing Elevators and Escalators, (2008) ANSI/NFPA 70 National Electric Code (2015). http://vaww.ceosh.med.va.gov/ceosh/ANSI/Index.shtml Part II: Work Requirements A. Technical Requirements 1. Regular routine maintenance examination shall be performed weekly for all equipment listed in Exhibit A. The Contractor shall be responsible for establishing an effective system for accomplishing scheduled and unscheduled maintenance, including a backlog listing of work to be accomplished. The scheduling system and backlog listing shall be available for inspection by the COR at any time. It shall be the responsibility of the Contractor to assign additional personnel as required to complete inspections, repairs and adjustments on time within the specified performance time limits. 2. The contractor shall provide preventive maintenance during each inspection to ensure reliable and continuous safe operation of all equipment in accordance with commercial practices or manufacturer's specifications, if available. The contractor shall provide a minimum of one (1) hour/per elevator/per week for maintenance of elevators and associated facilities. This dedicated maintenance does not include, and is separate from, the time required for scheduled services, call-backs, service calls, testing and inspections. 3. The Contractor shall furnish all material, labor, supervision tools and equipment necessary to provide full maintenance services, including all inspections, 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 thereafter. All adjustments, repairs and modifications, must be in compliance with the current editions of ANSI/ASME Al 7 (A17.1, A17.2, and A17.3). 4. 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. 5. Maintenance and inspections shall be performed during normal business hours as specified. General Information. All tests or inspections that will remove the elevator from normal operation shall be scheduled in advance with the COR. Three Year load test(s) (for both traction and hydraulic elevator systems) shall be performed prior to normal working hours and coordinated with the COR. 6. 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. 7. Contractor shall be required to attach tags after testing as specified by Code, such as at the governor-releasing carrier, and oil buffer, etc. 8. 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. 9. An adequate supply of spare parts shall be maintained by the Contractor at all times to ensure prompt preventive maintenance and repair services. Storage space is available on the grounds of the Saginaw, VAMC. Every elevator machine room has storage space, including a storage room on the 6th floor Penthouse, Bldg. 1 and the Elevator Machinery Rooms, Basement of Bldg. 22. and Bldg. 6. a. The Contractor shall stock onsite at least one of each printed circuit board used on any of the existing elevator equipment. (There are four separate elevator models used ) Front Entrance Elevator (1). Main Bldg. 1 Elevators (3). Bldg. 22 Elevators (2). Bldg. 6 Elevator (1). b. The Contractor shall have available within two days at least two of each type of spare car and counterweight roller guide rollers for all of the existing elevators. c. The Contractor shall have available within two days at least two of each type of interlock and pickup assembly for all of the existing elevators. d. The Contractor shall have available within two days at least four of each type of hanger roller for all of the existing elevators. e. The Contractor shall have available within two days at least two of each type of relay or replaceable relay coil for each type of relay for all of the existing elevators. f. The Contractor shall stock onsite a supply of all fuses used on all of the existing elevators. g. The Contractor shall have available within two days at least one set of each type of V-belt used on any of the existing elevators. h. The Contractor shall have available within two days at least two sets of each type of brushes used on any of the existing elevators. The Contractor shall have available within two days at least ten of each type of light bulb used on all of the existing elevators. The Contractor shall stock onsite at least one of each type of push button used on the existing elevators. The Contractor shall stock onsite or have available within two days at least one Door Screen Unit to be used on any of the existing elevators. The Contractor shall stock onsite an adequate supply of all lubricants used on any of the existing elevators. The following performance levels shall be maintained at all times: 1. Contract speed and brake to brake flight time shall be maintained as originally installed and adjusted. 2. Leveling accuracy shall be maintained at all times. 3. Opening and closing times, door close torques of all cars shall at all times be maintained within the limits of ASME Al 7.1 Code with a minimum of stand open time consistent with traffic demands at each floor. 4. Door reversal on all elevators equipped with mechanical safety shoes shall always be initiated with the stroke of the shoe. Ensure all electric eyes or door detectors are working at all times. 5. Variable car and hail door open times shall be maintained in accordance with original field adjustments. Deviations from this will not be permitted unless requested and/or approved by the COR. 6. Elevators operating under Group Supervisory Systems shall operate at all times in accordance with design specifications as originally installed. The Contractor shall be required to test these systems at not less than 24 months intervals as requested by the COR. Contractor shall submit to the COR test data including performance levels of system and proof that variable and fixed features are operating properly and all circuits and time settings are properly adjusted. All features that are pertinent to efficient handling of the building traffic patterns shall be put into operations and properly adjusted. This check and subsequent adjustment shall not interfere with normal operation. Written approval of the COR is required when work outside of normal working hours is required. The Contractor shall furnish all labor and supplies, parts and materials necessary to regularly and systematically clean, examine, adjust, lubricate as required and as conditions warrant, repair or replace, as follows: 1. Machine gears, 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, commutator, 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, rope grippers 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. 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, fluids and tanks. The Contractor shall also: 1. Examine periodically all safety devices and governors and conduct an annual no load safety test and each third year perform a full load, full speed test of safety mechanism, overhead speed governors, car and counterweight buffers. The car balance shall be checked and the governor set. If required, the governor will be calibrated and sealed for proper tripping speed. 2. Furnish and install new wire ropes as often as it is necessary to 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 hoist way, car top, car sling, safeties, appliances, pits, sills, door tracks and hangers. Clean and paint as needed machine room floors. 8. Except for emergency callback service, the Contractor shall perform all work during regular working hours of regular working days 7:30 a.m. to 4:00 p.m. excluding Federal holidays, unless specifically instructed otherwise by the COR. The Contractor is required to sign in and out daily at the Facilities Management Service Office (B115-1) (including leaving the VAMC for purposes such as going for parts or meetings). After normal working hours, Contractor shall sign in and out at the Police Service Office or Main Building Switchboard Office. The COR or designee shall be notified by phone or in person before removing an elevator from service. If work requires more than one day, daily notification will be made. Notify the COR when placing the elevator back in service. When planned work requires an elevator to be taken out of service, the contactor is requested, when possible, to use a Federal Holiday. Work excluded: The following work is specifically excluded from this contract. 1. Repair or replacement made necessary due to negligence or misuse of the equipment by persons other than the Contractor, his representatives or his employees. 2. The Contracting Officer must approve in advance any extra charge work attributed to vandalism or misuse. No invoice will be paid without prior approval. 3. Any repairs due to misuse or negligence shall be billed according to the prevailing labor rate. Parts will be billed at actual invoiced cost. 4. Installation of new attachments, which may be required or recommended by insurance agencies or Government Authorities. 5. Repairs or replacement of cab enclosure, hoist way enclosures, door frames and sills, cab lighting, machine room lighting, cab tile or carpet. 6. Replacement of underground hydraulic piping or hydraulic cylinder. 7. For the purpose of clarification, any item not specifically excluded shall be considered the Contractor's responsibility. EMERGENCY SERVICE CALLS: Contractor shall provide unlimited 24-hour call back service at no additional cost to the government. Callback service is defined as requests for each individual elevator, either during or after normal working hours, to correct any elevator problem or condition, which needs attention. 1. Emergency Service Calls: Contractor shall provide on-site response within one (1) hour of notification from the Contracting Officer Representative, or designated VA officials (VAMC Saginaw Maintenance Supervisor, Service Chief or Administrative Officer on Duty) that there has been a shutdown elevator emergency with a passenger on board; Otherwise contractor shall provide one (1) hour telephonic response and provide estimated time of arrival. Contractor shall check in and out with the Bldg. 1 Main Switchboard if an emergency is after normal business hours. The Switchboard Operator and MAA shall likewise be notified of the status of work and call prior to checking out. Contractor shall ensure that all elevators are functioning properly before departing the premises, regardless of time. 2. Contractor shall report to work location, survey repair, provide projected downtime, estimated time to repair, and cost of any repairs not covered in the Schedule of Supplies/Services/Prices/Costs. All work shall be performed in accordance with normal commercial practices using Planned Maintenance Inspections (PMI) specified by the elevator manufacturer or items of equal or better quality. Callbacks are not to take time away from preventative maintenance and other requirements under this contract. Equipment malfunctions shall be collected the same day that the service call was issued. If circumstances beyond the contractor's control preclude resolution of the problem that day, the COR must be notified with an explanation of the delay. B. Deliverables 1. Upon completion of any maintenance and/or repair services, the contractor shall report to the COR and provide a written or electronic report detailing services performed. 2. Contractor shall prepare and submit a written report on or before the 3rd of each month detailing all services performed for each elevator during the previous month. This report is required prior to billing. 3. Contractor shall maintain a complete orderly and chronological file including drawings, complete parts list, and copies of all reports as required by these specifications: This file shall be made available for inspection upon request and a copy of this complete file shall be furnished to the government during the last month of the contract period. 4. The Contractor shall post a checklist 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 checklist 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 COR's request and the Contractor will physically show the COR the completed work on request. 5. The contractor shall maintain a log in a designated VA location. Log shall be annotated at the conclusion of each inspection. The log shall identify each elevator, date and time of inspection, maintenance performed (if any), repairs needed, name of inspector, and overall condition of the elevator. If repairs require work outside the scope of routine maintenance, the contractor shall notify the COR for appropriate decision and action. Contractor shall not perform chargeable work until authorized by the Contracting Officer. In the event the Contractor should become involved in a labor dispute, strike, or lockout, it shall be required to make whatever arrangements that may be necessary to ensure that the conditions of this Contract are met in their entirety. Should the Contractor be unable to fulfill the Contract requirements, the Owner reserves the right to make alternative arrangements to ensure the satisfactory performance of the elevator equipment during such time that the Contractor is unable to perform the required duties. Any costs incurred by the Owner as a result of such job action shall be the responsibility of the Contractor. Pro-rated or obsolete parts and/or equipment shall not be a consideration under the terms of this Agreement. The Contractor shall accept all equipment as currently exists. The Contractor shall be responsible for any and all elevator equipment, regardless of age or availability. Should identical replacement parts no longer be available, the Contractor shall be required to locate, furnish, and install similar equipment of equal or better quality than the original equipment. There shall be NO EXCEPTIONS to this condition. The Owner reserves the rights to terminate at will any particular elevator(s) that may be removed from regular use for reasons of modernization, demolition, sale of a building, or lack of building occupancy. Should it become necessary to add or remove elevators or modernize elevators already included in the Contract, a new contract amount may be negotiated to include such new, removed, or modernized installations, and shall coincide with the existing Contract terms. Should the Owner and Contractor fail to agree to an amount to be charged for such installations, the Owner reserves the right to award maintenance on such installations as necessary. Part III: Supporting Information: A. Security - ID Badges. All Contractor personnel are required to wear identification (ID) badges during the entire period during which they are on VA grounds. ID badges must show an identification picture, name of the individual, and the represented company. B. Travel: None. C. Place of Performance: Alea E Lutz VAMC located at Saginaw, MI 1500 Weiss St., Saginaw, MI 48602. E. Government-Furnished Property: None F. Qualifications of Key Personnel 1. Qualifications of the Supervisor: The supervisor responsible for the management and scheduling of work to be performed under this contract shall possess prior to his employment as supervisor on this contract, at least 4 years of recent (within the last 6 years) experience in the supervision of mechanics involved in the operation and maintenance of the type of elevators to be maintained under this contract. 2. Qualifications of Elevator Mechanics: All maintenance personnel directly engaged in the work to be accomplished under the contract shall possess, prior to their employment in a journeyman mechanic's capacity on this contract, at least 4 (four) years of recent (within the last 6 years) experience in the operations and maintenance of the kind of elevators to be maintained under this contract. G. Hours of Work: Normal business hours are 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding the following federal holidays: New Year's Day, Ma1tin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. 1. CONTRACTOR SIGN-IN: Contractor personnel shall report to the Chief, Facilities Management Service Office (B105-1), before beginning any work at the facility, to sign-in and receive a contractor's security badge. 2. BADGES -All Contractor personnel are required to wear identification (ID) badges during the entire period during which they are on VA grounds. ID badges must show an identification picture, name of the individual, and the represented company. 3. PARKING - It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Security Service. The VA will not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. 5. SMOKING - Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) MATRIX PERFORMANCE OBJECTIVE - PERFORMANCE STANDARD - ACCEPTABLE QUALITY LEVEL MONITORING METHOD / QA REMIDIES Scheduled and Preventive Maintenance/ Inspections. Safe and continuous operation of elevators: 95%: COR will review inspection reports and service calls, 10% deduction from monthly invoice for failure to meet QASP standards. Safety Test: ANSI/ASME A17: 100% Test Results. Failure to correct within 30 days - Termination of contract. Emergency Service Calls: Response and repair made within specified time. 100%, No deviation. COR will monitor documentation on a routine bases. 10% deduction from monthly invoice for failure to meet QASP standards. Report of Service & Documentation: Specified reports, logs, check-lists are complete, accurate and up to date: 95% COR will monitor documentation on a routine bases. 5% deduction from monthly invoice for failure to meet QASP. Exhibit A: List of Elevators. Vendor to provide schedule of PM requirements that meet OEM maintenance standards and all Federal, state and Local requirements, to include ANSI/ASME, OSHA, Joint Commission and NFPA Codes and regulations. Schedule of Elevators Weekly Bi-Weekly Monthly Semi- Annually Bldg. 1 P1 Passenger Elevator P2 Passenger Elevator S3 Service Elevator Bldg. 1 Front Entrance Passenger Elevator Bldg. 6 P4 Passenger Elevator, Bldg. 6 Bldg. 22 P1 Passenger Elevator, Bldg 22 P2 Passenger Elevator, Bldg 22 1 YR TBD eCMS Item Line ID 11486336 2. Vendor shall provide dedicated laptop computer with diagnostic software & controller interface used to troubleshoot, monitor and adjust elevator settings and performance for Bldgs. 1, 22 and 6 elevators. All software, hardware and associated costs for such system shall be responsibility of vendor. Equipment/system shall remain on premises of VAMC Saginaw. Software and system upgrades for this troubleshooting equipment shall be included in this single price for life of contract. At the end of the contract, base plus 4 option years, equipment shall be returned to vendor for disposal. Vendor shall provide training for VAMC Saginaw trade electricians in the use of this system, solely for initial determination of elevator trouble calls. Vendor's elevator technicians shall be responsible for all troubleshooting, adjustments and repairs to elevator systems and associated computer systems. Said computer system will be stand-alone, not connected to any VA-secure network systems. *Upon risk assessment conducted by VAMC Saginaw ISO & OIT personnel, equipment may be given to use non-secure network, provided all safety protocols and security concerns are approved by local VA ISO. If these safety concerns cannot be met, then equipment should remain stand-alone, without network WWW connectivity. 1 EA eCMS Item Line ID 11486338 3 Option Year One. TBD, 2018 through TBD 30, 2019. All material, labor and frequency specifications in base year line item 1 remain constant. Period of Service runs for full Year (52 weeks). 52 WK ?? eCMS Item Line ID 11486339 4 Option Year Two. TBD, 2019 through TBD, 2020. All material, labor and frequency specifications in base year line item 1 remain constant. Period of Service runs for full Year (52 weeks). 52 WK ?? eCMS Item Line ID 11486340 5 Option Year Three. TBD, 2020 through TBD, 2021. All material, labor and frequency specifications in base year line item 1 remain constant. Period of Service now runs for full Fiscal Year (52 weeks). 52 WK ?? eCMS Item Line ID 11486341 6 Option Year Four. TBD, 2021 through TBD, 2022. All material, labor and frequency specifications in base year line item 1 remain constant. Period of Service runs for full Year (52 weeks). 52 WK ?? eCMS Item Line ID 11486342 TOTAL COST: TBD ---------------------------------------------------------------------------------------------------------------- Ref. Voucher Number: SPECIAL REMARKS: Re-competition of Service Contract for Elevator for Aleda E. Lutz VA Medical Center, FY 2017 - 2022. ------------------------------------------------------------------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017N0124/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0124 VA250-17-N-0124.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163975&FileName=VA250-17-N-0124-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163975&FileName=VA250-17-N-0124-000.docx

 
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: ALEDA E. LUTZ VA MEDICAL CENTER;1500 WEISS STREET;SAGINAW, MI
Zip Code: 48602
 
Record
SN04352652-W 20161217/161215234320-38de8a8d7561cd195d175721c02dc564 (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.