Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
DOCUMENT

J -- Elevator Maintenance & Repair for VA Medcial Center Louisville, KY - Attachment

Notice Date
8/9/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917Q0986
 
Response Due
8/30/2017
 
Archive Date
12/7/2017
 
Point of Contact
Craig Ziegemeier
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS IS A PRE-SOLICIATION NOTICE The Department of Veterans Affairs, Louisville, KY is preparing to issue a Request for Quotes (RFQ) for: Elevator Maintenance and Repair Services at VA Medical Center Louisville, KY SET-ASIDE: 100% Veteran-Owned Small Business (VOSB) NAICS: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance SMALL BUSINESS SIZE STANDARD: $7.5 million Type of Contract: A one year base period, with four one year option periods. PROJECT OVERVIEW: The purpose of this synopsis is to notify potential vendors of a requirement that the Louisville, Kentucky VA Medical Center has a need for a contractor to provide the following services: STATEMENT OF WORK ELEVATOR MAINTENANCE & REPAIR SERVICE VA Medical Center Louisville, KY 1. CONSTRUCTION AND EXTENDED GUARANTEE PERIOD MAINTENANCE & REPAIR SERVICE Furnish inspection and maintenance service on all eleven (11) passenger elevators, two (2) freight elevators, and six (6) dumbwaiters identified in the Schedule of Elevators continuing for one year with four option years to follow as amended by chart below. The listed elevators are covered under a full-service installation warranty for the defined periods. (Note: Dates may need to be adjusted due to the construction contract period of services.) Elevator Designation Stop date of Maintenance Contract Resume date of Maintenance Contract P-1 8/22/17 12/1/18 P-2 10/13/17 12/1/18 P-3 6/26/17 12/1/18 P-4 10/13/17 12/1/18 S-5 6/26/17 12/1/18 S-6 8/22/17 12/1/18 P-7 6/26/17 12/1/18 P-8 8/22/17 12/1/18 P-9 10/13/17 12/1/18 B. Scope of Work 1. The Contractor shall obtain all necessary licenses and/or permits required to perform the work. 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: ASME A17.1 Safety Code for Elevators and Escalators, latest edition ASME A17.2 Inspectors Manual for Elevators and Escalators, latest edition ASME A17.3 Safety Code for Existing Elevators and Escalators, latest edition ANSI/NPA 70 National Electric Code, latest edition Manufacturer s requirements and specifications on inspection, maintenance, and operation of each elevator model 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. The 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 COR s request and the Contractor will physically show the COR the completed work on request. 5. Safety tests and other tests and inspections shall be performed by the Contractor, in assistance to an Elevator Inspector contracted by the government. The elevator maintenance contractor is required to furnish the tools and labor to perform the semi-annual and annual no-load tests. The inspection contractor will witness and certify the inspections. 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. After completion of the required tests, submit document with information shown in Attachment B to the COR. 9. 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. 10. All tests or inspections that will remove the elevator from normal operation shall be scheduled in advance with the COR. C. An adequate supply of spare parts shall be maintained at all times to ensure prompt preventive maintenance and repair services. D. Contractor shall have all maintenance tickets signed by the COR. E. 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 A17.1 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 hall 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 this COR. 6. Upon satisfactory completion of this or subsequent readjustments, a computerized elevator analyzer or similar type event recorder shall be utilized to accurately record the hall waiting time at each landing and other data necessary to establish that the system is operating at peak efficiency. Results shall be submitted and be labeled as to floor, time, date and identification of all other data and shall be delivered together with an analysis of the tapes/disks to the COR. F. The 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 at no additional cost, 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, 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, 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. Car operating panel(s) and equipment, hall lanterns, hall buttons and signal devices. Cab Lighting 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. 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. G. The 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. 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. The Contractor shall maintain a full, legible service log in each machine room and a complete, orderly chronological file including drawings, complete part lists, and copies of all service reports. The log shall list the date and time of all maintenance service performed. Each trouble call shall be fully described, including the nature of the call necessary service performed and any parts replaced. Service file shall be made available for inspection upon request, and a copy of the complete file furnished to VAMC during the first week of the last month of the normal contract term. The Contractor shall maintain a separate maintenance record on each elevator and dumbwaiter. The maintenance record shall be kept in the elevator equipment room and shall be readily available for inspection by the COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: Date. Nature of work (i.e. PMI or call back). Description of work performed (contractor should be brief and concise). Any indication of problems experienced. Initial or signature of mechanics performing work. 9 The Contractor shall instruct his personnel that when they perform work under this contract, they shall comply with the following procedures: Upon arrival at the station, the Contractor shall check in with the Electrical Shop Foreman or his designee so that the VAMC will be aware of the Contractor s presence at the facility at all times. Upon each departure, Contractor will serve notice of disposition of work to the COR or designee. In addition, the contractor shall furnish the Electrical Shop Foreman or his designee a copy of a work order, service sheet or other such written notification of services performed. Such reports shall include the following information: Name and address of contractor Name of contractor employee(s) performing the work Date(s) work performed and hours spent, including time of arrival and departure Brief description of work performed, including PMI s and identification of equipment worked on. Whether the services are billable or non-billable. Signature of contractor s employee(s) and signature of Electrical Shop Foreman or designee. If the report is not submitted it will indicate that no inspection or maintenance was performed and payment may be withheld and/or delayed. 10. 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. H. No maintenance for card reader system in contract. I. No device shall be acceptable that will not give full satisfaction without excessive maintenance and attention. If it becomes evident during guarantee period that device is not functioning properly or in accordance with manufacturer s or specification requirements, or if in the opinion of Contracting Officer, excessive maintenance and attention must be employed to keep device operational, device shall be removed and new device meeting all requirements shall be installed as part of work until satisfactory operation of installation is obtained. Period of guarantee shall start a new for such parts from date of completion of each new installation performed, in accordance with foregoing requirements. Any components which may have suffered substantial life cycle reduction or damage due to redundant failure shall also be provided with extended guarantees. J. 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. The COR or designee must approve in advance any extra charge work attributed to vandalism or misuse. No invoice will be paid without prior approval. Any repairs due to misuse or negligence shall be billed per the labor rate specified in the pricing schedule. Parts will be billed at actual invoiced cost. 2. Installation of new attachments, which may be required or recommended by insurance agencies or Government Authorities. 3. Repairs or replacement of cab enclosure, hoistway enclosures, door frames and sills, machine room lighting, cab tile or carpet. 4. Replacement of underground hydraulic piping or hydraulic cylinder. For clarification, any item not specifically excluded shall be considered the Contractor s responsibility. 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. K. Except for emergency callback service, the Contractor shall perform all work during regular working hours of regular working days 8:00 a.m. to 4:30 p.m. excluding Federal holidays, unless specifically instructed otherwise by the COR. Emergency Callback Service shall be provided 24 hours a day, seven days per week, as requested by the COR. L. The Contractor shall provide callback services for each elevator as follows: 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. Callbacks during normal working hours consists of responding to VAMC to each individual elevator service call and take corrective action at the site within 1 hour for passenger entrapments, 2 hour for all other service calls. Callbacks are not to take time away from preventive maintenance and other requirements required under this contract, equipment malfunctions shall be corrected 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. The Contractor shall have service ticket on each service call signed by COR or designee. Service ticket shall identify the respective piece of equipment, description of problem, description of corrective measures taken and date and time unit was returned to regular service. Service tickets for overtime or extra charge work must be signed and a copy left with the COR. Failure to do so will result in non-payment for extra charge work. Emergency service or repairs authorized by the COR, which occur after the normal hours of operation, shall be accomplished at the overtime-hourly rates specified in the pricing schedule. The Medical Center will be responsible for premium portion of the overtime rate only. All overtime service calls shall be handled by one mechanic only unless approved in advance by the COR. If regular timework must be carried over and the Contractor wishes to continue to work beyond the Medical Center s normal hours of operation, authorization for overtime work must be obtained from the COR before proceeding. Medical Center shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. Contractor shall notify the COR or designee by telephone or in person after completion of each regular time service call and sign in and out at the Boiler Plant (Building 8) on overtime calls. M. Under no circumstances will any shutdown or breakdown last longer than five (5) working days (40 working hours), from initial notification to the Contractor, without prior approval of the COR. N. All tests, inspections, or maintenance repairs that will remove an elevator from service shall be scheduled in advance with the COR. O. The Contractor shall comply with the following procedures when an elevator is removed from service for any reason: Notify Facilities Management Service, Electrical Shop Supervisor, either by phone (215-823-5811 x5170), or in person, before removing elevator from service. If work requires more than one day, daily notification will be made. Notify Facilities Management Service when placing the elevator back in service. Contractor s employees shall turn in Elevator Report Forms, which will furnish the information to the Electrical Foreman, Facilities Management Service. P. The Contractor shall immediately notify the COR in writing of the existence or the development of any defects in, or repairs required to, the elevator, which the Contractor considers are not covered by the contract and shall furnish a written estimate, when requested, of the cost. Final determination of responsibility will be by mutual agreement between the COR and the Contractor. Q. When planned work requires an elevator to be taken out of service, the Contractor is requested, when possible, to use the Federal holidays listed below. New Years Day Washington s Birthday Martin Luther King s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day R. Inspection Periodic inspections of the elevators required by the National American Standard Safety Code for Elevators and Escalators (Latest Edition) will be performed under separate contract in accordance with existing Robley Rex VAMC Policy. Upon completion of a routine inspection, the Contractor will be furnished with an inspection report listing deficiencies for which he is responsible to repair within 30 days. Items marked emergency should be corrected immediately. Under no circumstances, will the Contractor allow reported deficiencies to go uncorrected beyond the contract period. The Contractor shall provide all labor and material to perform work in accordance with ASME A17.1, ASME A17.2, ASME A17.3, and ANSI/NPA 70 standards for annual, 6 months, and five year (traction only) tests. The Contractor shall perform tests at the date and time specified by the VAMC. Inspection of work shall be conducted by an independent inspector contracted by the VAMC. Maintenance contractor performs actual test. S. Testing The following services will be performed at intervals specified in the American National Standard Safety Code for Elevators and Dumbwaiters. The maintenance Contractor will furnish personnel to perform the 1 (one) year, and the 5 (five) year safety load test, (including weights), at no additional cost to the Medical Center. Scheduling of all tests will be handled through the COR. A Medical Center s Contractor, authorized by the Robley Rex VAMC, will witness all tests for the Medical Center, Robley Rex VAMC personnel, as required, and will be available for the tests. The Contractor shall make available the uninterrupted services of at least one employee to accompany the inspector during the course of any inspection. The yearly car safeties, governor and oil buffer tests and inspections shall be complied with as per A17.1 and this specification, in the presence of the COR and his/her representative. The five-(5) year safety and buffer tests as required by the American National Standard Safety Code for Elevators and Dumbwaiters, (A17.1 and A17.2) are to be performed by the Contractor. Within six (6) months prior to the termination of this contract, a representative of the COR shall make a thorough inspection of all equipment covered under this contract. The Contractor shall correct all defects found within thirty (30) calendar days. The Contractor shall notify the COR in writing that the deficiencies have been corrected and that re-inspection can be made. The inspectors used by the Medical Center on this contract may or may not work for the Medical Center. An outside company may be used to perform inspections as a representative of the Medical Center if so desired by the COR. T. All elevators and dumbwaiters are scheduled for the five-year load test required in the year 2019. U. All elevators and dumbwaiters are scheduled for the annual load test. V. Scheduled Maintenance Requirements 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. Regular routine maintenance examination shall be performed at a frequency of not less than weekly for all equipment. A minimum of one (1) hour/week/traction elevator and one (1) hour/month/dumbwaiter will be spent on the regular routine maintenance examination. PMI s are to be performed during administrative hours on the same day of each week. The contractor shall perform weekly PMI s on Fridays of each week and shall continue on Mondays of the following week. If the day falls on a holiday the contractor shall perform the required PMI s on the next business day following the holiday. The contractor shall notify the Electrical Shop Work Leader if he/she intends on changing the PMI day or if he/she cannot perform the PMI on schedule. PMI s should ensure a safe and efficient level of operation, and all work relative to cleaning, lubricating, adjustment or part replacement of equipment that is necessary for the desired level of operation shall be performed by the Contractor. Each contract year, all items which rely on cleaning, lubrication, or routine part replacement shall receive such service at least once as indicated by service report. Any PMI required by the Equipment Manufacturer, and/or applicable laws, regulations, rules, ordinances, codes, etc., but not specifically identified by the Government, shall be performed by the Contractor at no additional cost to the Government. In addition, the contractor shall perform the following preventive maintenance and all necessary cleaning, lubricating, and adjusting pursuant to such maintenance at the frequencies identified. Frequencies shall be modified if deemed necessary by the COR or designee. The Contractor is responsible for replacement of all light bulbs, including lights in elevator shafts on top and bottom of cars, HOISTWAY crawl spaces, elevator machine rooms, etc. This shall exclude all lights inside the elevator cabs. The Contractor shall during regular PMI visits retrieve any objects such as key, wallets, glasses, etc. dropped in elevator pit by occupants of the building. Such objects shall be turned over to VA Police personnel. The Contractor must maintain the efficiency, safety and speeds specified in the contract or as designated by the manufacturer of the elevators at all times; including acceleration, retardation, contact speed in feet per minute, with or without full load, floor to floor time and door opening and closing time. W. The Contractor shall provide an additional qualified journeyman mechanic at the Medical Center from 8:00 a.m. to 4:30 p.m. if normal maintenance requires two journeymen to accomplish the maintenance schedule and assist in repairs, inspections and adjustments. X. Experience Requirements Supervision: The Contractor shall arrange for satisfactory supervision of the contract work. The Contractor or his on-site supervisors shall be available at all times when the contract work is in progress to receive notices, reports, or request from the Contracting Officer or the COR. 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. In addition to the above requirements, the Contractor shall have a minimum of 5 (five) years' successful experience in maintaining equipment identical or similar to the equipment covered by this contract. Each offeror shall submit, as part of his offer, references for the previous 5 (five) years experience. The written references shall include, as a minimum, the name, address and telephone numbers of the specific companies and key personnel contacts. Attachment A. Documentation of the license or training certification needs to be submitted and kept on file, including safety and arc flash certifications. Y. Condition of Equipment Upon contract award, the contractor accepts "as is" all elevator equipment specified in the contract. Failure to inspect the elevators, prior to contract award, will not relieve the contractor from performing services/repairs in accordance with the strict intent and meaning of the specifications at no additional cost to the VA. Offerors should inspect the premises prior to submitting their offers in order to be fully aware of the scope of services required. The visit needs to be documented. Z. Uniforms The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. Contractor shall check-in in Room B029 and receive a badge daily. AA. Safety The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulator requirements. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices, and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAMC smoking policy, which designates all interior space as non-smoking areas. Patient, employee, visitors, and contractor personnel safety shall be maintained at all times. The contractor is responsible for the occupation safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall replace all safety guards, equipment, devices, etc. removed to service or repair the elevator immediately after completion of work or when leaving the job unattended. The Contractor shall submit to the Contracting Officer, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS at the chemical storage site in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the Right to Know law. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, NFPA 70-E, arch flash, etc.) required to perform the work. Training on required safety programs and the proper use of PPE s shall be provided, and documentation maintained by the contractor. The Contractor shall obtain a Hot Work Permit from the Safety Office whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment. The contractor is required to follow ALL requirements outlined for the issuance of the Hot Work Permit. The Contractor shall be notified of any non-compliance with the pervious provisions. The contractor shall, after receipt of such notice, immediately correct the condition and notify the contracting officer in writing that the condition has been corrected. If, in the opinion of the Safety Officer or designee the condition is life threatening he/she shall instruct the contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: Safety program/procedures are required to be followed by the contractor s personnel in the performance of their duties and when such procedures are required. Listing of personal protective equipment(s) required to be utilized by the contractor s personnel in the performance of their duties. Also when equipment will be required. Material Safety Data Sheet (MSDS S) for any chemical(s) utilized by the contractor in the performance of this contract. Contractor is responsible for the supervision of all their employees while on government property. It is the Contractor s responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. AB. Injury or Accident Contractor shall submit a written report to the VAMC within five work (5) days of any incident of a major malfunction, accident or injury involving an elevator. The report shall state the cause, what and when repairs and tests were or are to be made to correct the cause of the incident. AC. Quality Control Program The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified, Within five (5) work days prior to the starting date of the contract, the Contractor shall submit a copy of his program to the COR, for approval. The program shall include, but not be limited to, the following: An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections. The name(s) of the individual(s) who will perform the inspection. The checklist shall include every area of the Contractor s operation as well as every task required to be performed. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Medical Center inspectors point out the deficiencies. A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Medical Center upon request, at any time during the term of the contract. AD. Emergency Telephone Numbers The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an emergency develops. At least one of the emergency telephone numbers shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. AE. Information Relating to Conduct of Contractor s Employees The Contractor shall prohibit employees form disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Medical Center use. Contractor shall require employees to comply with the instructions pertaining to conduct and other regulations called to the Contractor s attention by the CO/COR, Federal Protective Officers, Inspectors, etc. Contractor shall use firefighters service test log for monthly and yearly log, starting October to September. Contractor shall use elevator report where there is a passenger trap incident, or safety incident. Elevator failure of more than 8 (eight) hours of downtime. Stating date when parts are available and expected time of repair, tested and back useful service. AF. General Information The Contractor shall immediately notify the contracting office and contracting officer s representative (in writing) of the existence of the development of any defects in, or repairs required to the elevators which the contractor considers he is not responsible for under the terms of the contract, and shall furnish him a written estimate of the cost to make necessary repairs. The contracting officer reserves the right to make final determination of the responsibility. The contacting officer also reserves the right to solicit the services of other contractors to make said repairs. The Government reserves the right to perform emergency repairs to any elevator which is disabled if, in the Government s opinion, it jeopardizes patient or employee safety. The Contractor shall ensure that the elevator pits(s) and elevator machine room(s) are kept clean and free from dirt and debris. Contractor shall clean and vacuum all HOISTWAY(s), pit(s) and machine rooms once a month to remove dust and debris accumulation. The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the Robley Rex VAMC is a NO SMOKING Facility. Smoking is not permitted in any building (including Penthouses and elevator pits). Contractor shall have use of station telephones to make business calls related to Medical Center s equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. END Section 14225 B SUPPLIES OR SERVICES AND PRICES/COSTS The Contractor shall furnish all parts, materials, labor and transportation necessary and incident to providing full Preventative Maintenance Service of elevators/vertical transport equipment specified in Schedule of Elevators in accordance with Terms, Conditions and Specifications of the contract. The contract shall be for one (1) year from date of award with four (4) one year options renewals. Please provide hourly labor rates for general and emergency elevator repairs/services that are caused by negligence, misuse and/or vandalism and not covered under the Scheduled Preventative Maintenance Services. Hourly rates shall include all travel to and from the VA Medical Center. Parts shall be listed separately on the repair invoice less any discount percentage your company can offer. FULL PREVIENTIVE MAINTENANCE PROGRAM (FPMP) SERVICE FOR ELEVATORS AND DUMBWAITERS IN THE DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER, LOUISVILLE, KY. Special Note: Passenger elevators P1 thru P9 and freight elevators S-5 and S-6 will be going thru upgrading of elevator controls at the beginning of first year October 2017 and this work will be covered under warranty by respective installing company. This should be considered in reflection of costs for first year by this contractor. Warranty issues and coverage should end approximately in September 2018. 1. FIRST YEAR (OCTOBER 1, 2017 SEPTEMBER 30, 2018) BASE YEAR Car No. Type Make Serial # ID # Coverage Cost 1. P10 Passenger Geared traction Mid America C8289 19785 10/1-9/30 2. Bldg. 3 Passenger Hydraulic Dover EG4648 19786 10/1-9/30 3. P12 Passenger Hydraulic Canton 18080 76229 10/1-9/30 4. Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 10/1-9/30 5. DW #1* Dumbwaiter D.A. Malot 10790 20677 10/1-9/30 6. DW #3 Dumbwaiter D.A. Malot 21561 20675 10/1-9/30 7. DW #4 Dumbwaiter D.A. Malot 21562 20676 10/1-9/30 8. DW #5 Dumbwaiter D.A. Malot 15190 20678 10/1-9/30 9. DW #7 Dumbwaiter D.A. Malot 15191 20680 10/1-9/30 2. SECOND YEAR (OCTOBER 1, 2018 SEPTEMBER 30, 2019) 1ST OPTION YEAR Car No. Type Make Serial # ID # Coverage Cost 1. P1 Passenger Gearless traction Montgomery CT-56454 3399 12/1-9/30 2. P2 Passenger Gearless traction Montgomery CT-56455 3402 12/1-9/30 3. P3 Passenger Gearless traction Montgomery CT-56456 3404 12/1-9/30 4. P4 Passenger Gearless traction Montgomery CT-56457 3405 12/1-9/30 5. S5 Freight Gearless traction DC/Motion 89-1768-1 9607 12/1-9/30 6. S6 Freight Gearless traction DC/Motion 89-1768-2 9608 12/1-9/30 7. P7 Passenger Gearless traction Dover C42987 10002 12/1-9/30 8. P8 Passenger Gearless traction Dover C42988 10003 12/1-9/30 9. P9 Passenger Gearless traction Dover C42989 10004 12/1-9/30 10. P10 Passenger Geared traction Mid America C8289 19785 10/1-9/30 11. Bldg. 3 Passenger Hydraulic Dover EG4648 19786 10/1-9/30 12. P12 Passenger Hydraulic Canton 18080 76229 10/1-9/30 13. Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 10/1-9/30 14. DW #1* Dumbwaiter D.A. Malot 10790 20677 10/1-9/30 15. DW #3 Dumbwaiter D.A. Malot 21561 20675 10/1-9/30 16. DW #4 Dumbwaiter D.A. Malot 21562 20676 10/1-9/30 17. DW #5 Dumbwaiter D.A. Malot 15190 20678 10/1-9/30 18. DW #7 Dumbwaiter D.A. Malot 15191 20680 10/1-9/30 3. THIRD YEAR (OCTOBER 1, 2019 SEPTEMBER 30, 2020) 2ND OPTION YEAR Car No. Type Make Serial # ID # Coverage Cost 1. P1 Passenger Gearless traction Montgomery CT-56454 3399 10/1-9/30 2. P2 Passenger Gearless traction Montgomery CT-56455 3402 10/1-9/30 3. P3 Passenger Gearless traction Montgomery CT-56456 3404 10/1-9/30 4. P4 Passenger Gearless traction Montgomery CT-56457 3405 10/1-9/30 5. S5 Freight Gearless traction DC/Motion 89-1768-1 9607 10/1-9/30 6. S6 Freight Gearless traction DC/Motion 89-1768-2 9608 10/1-9/30 7. P7 Passenger Gearless traction Dover C42987 10002 10/1-9/30 8. P8 Passenger Gearless traction Dover C42988 10003 10/1-9/30 9. P9 Passenger Gearless traction Dover C42989 10004 10/1-9/30 10. P10 Passenger Geared traction Mid America C8289 19785 10/1-9/30 11. Bldg. 3 Passenger Hydraulic Dover EG4648 19786 10/1-9/30 12. P12 Passenger Hydraulic Canton 18080 76229 10/1-9/30 13. Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 10/1-9/30 14. DW #1* Dumbwaiter D.A. Malot 10790 20677 10/1-9/30 15. DW #3 Dumbwaiter D.A. Malot 21561 20675 10/1-9/30 16. DW #4 Dumbwaiter D.A. Malot 21562 20676 10/1-9/30 17. DW #5 Dumbwaiter D.A. Malot 15190 20678 10/1-9/30 18. DW #7 Dumbwaiter D.A. Malot 15191 20680 10/1-9/30 4. FOURTH YEAR (OCTOBER 1, 2020 SEPTEMBER 30, 2021) 3RD OPTION YEAR Car No. Type Make Serial # ID # Coverage Cost 1. P1 Passenger Gearless traction Montgomery CT-56454 3399 10/1-9/30 2. P2 Passenger Gearless traction Montgomery CT-56455 3402 10/1-9/30 3. P3 Passenger Gearless traction Montgomery CT-56456 3404 10/1-9/30 4. P4 Passenger Gearless traction Montgomery CT-56457 3405 10/1-9/30 5. S5 Freight Gearless traction DC/Motion 89-1768-1 9607 10/1-9/30 6. S6 Freight Gearless traction DC/Motion 89-1768-2 9608 10/1-9/30 7. P7 Passenger Gearless traction Dover C42987 10002 10/1-9/30 8. P8 Passenger Gearless traction Dover C42988 10003 10/1-9/30 9. P9 Passenger Gearless traction Dover C42989 10004 10/1-9/30 10. P10 Passenger Geared traction Mid America C8289 19785 10/1-9/30 11. Bldg. 3 Passenger Hydraulic Dover EG4648 19786 10/1-9/30 12. P12 Passenger Hydraulic Canton 18080 76229 10/1-9/30 13. Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 10/1-9/30 14. DW #1* Dumbwaiter D.A. Malot 10790 20677 10/1-9/30 15. DW #3 Dumbwaiter D.A. Malot 21561 20675 10/1-9/30 16. DW #4 Dumbwaiter D.A. Malot 21562 20676 10/1-9/30 17. DW #5 Dumbwaiter D.A. Malot 15190 20678 10/1-9/30 18. DW #7 Dumbwaiter D.A. Malot 15191 20680 10/1-9/30 5. FIFTH YEAR (OCTOBER 1, 2021 SEPTEMBER 30, 2022) 4TH OPTION YEAR Car No. Type Make Serial # ID # Coverage Cost 1. P1 Passenger Gearless traction Montgomery CT-56454 3399 10/1-9/30 2. P2 Passenger Gearless traction Montgomery CT-56455 3402 10/1-9/30 3. P3 Passenger Gearless traction Montgomery CT-56456 3404 10/1-9/30 4. P4 Passenger Gearless traction Montgomery CT-56457 3405 10/1-9/30 5. S5 Freight Gearless traction DC/Motion 89-1768-1 9607 10/1-9/30 6. S6 Freight Gearless traction DC/Motion 89-1768-2 9608 10/1-9/30 7. P7 Passenger Gearless traction Dover C42987 10002 10/1-9/30 8. P8 Passenger Gearless traction Dover C42988 10003 10/1-9/30 9. P9 Passenger Gearless traction Dover C42989 10004 10/1-9/30 10. P10 Passenger Geared traction Mid America C8289 19785 10/1-9/30 11. Bldg. 3 Passenger Hydraulic Dover EG4648 19786 10/1-9/30 12. P12 Passenger Hydraulic Canton 18080 76229 10/1-9/30 13. Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 10/1-9/30 14. DW #1* Dumbwaiter D.A. Malot 10790 20677 10/1-9/30 15. DW #3 Dumbwaiter D.A. Malot 21561 20675 10/1-9/30 16. DW #4 Dumbwaiter D.A. Malot 21562 20676 10/1-9/30 17. DW #5 Dumbwaiter D.A. Malot 15190 20678 10/1-9/30 18. DW #7 Dumbwaiter D.A. Malot 15191 20680 10/1-9/30 6. EMERGENCY SERVICE OR REPAIRS NOT COVERED BY THE CONTRACT A. STRAIGHT TIME ELEVATOR MECHANIC $__________________PER HOUR ASSISTANT/HELPER $__________________PER HOUR B. OVERTIME ELEVATOR MECHANIC $__________________PER HOUR ASSISTANT/HELPER $__________________PER HOUR COST WILL BE DETERMINED BY THE TOTAL OF ITEMS 1 THRU 5. ITEMS 6A & 6B WILLNOT BE INCLUDED IN EVALUATION OF COST. PARTS AND MATERIALS NOT COVERED UNDER THIS CONTRACT SHALL BE PROVIDED AT THE CONTRACTOR S ACTUAL INVOICED COST. *NOTE: Base Year and Option Years Labor Rates for elevator repair and services are not purchased by this contract. Quoters are advised to provide their best hourly rates and parts discount percentage when submitting their offer for these services. VAMC reserves the right to purchase repair services from sources other than the Awardee when determined to be in the best interest of the Government.* SCHEDULE OF ELEVATORS Location Car No. Type Make Serial # ID # 1. Building 1 P1 Passenger Gearless traction Montgomery CT-56454 3399 2. Building 1 P2 Passenger Gearless traction Montgomery CT-56455 3402 3. Building 1 P3 Passenger Gearless traction Montgomery CT-56456 3404 4. Building 1 P4 Passenger Gearless traction Montgomery CT-56457 3405 5. Building 1 S5 Freight Gearless traction DC/Motion 89-1768-1 9607 6. Building 1 S6 Freight Gearless traction DC/Motion 89-1768-2 9608 7. Building 1 P7 Passenger Gearless traction Dover C42987 10002 8. Building 1 P8 Passenger Gearless traction Dover C42988 10003 9. Building 1 P9 Passenger Gearless traction Dover C42989 10004 10. Building 1 P10 Passenger Geared traction Mid America C8289 19785 11. Building 3 Bldg. 3 Passenger Hydraulic Dover EG4648 19786 12. Building 1 P12 Passenger Hydraulic Canton 18080 76229 13. Building 19 Bldg. 19 Passenger Traction Kohler Ecospace KCNM83 79887 14. Building 1 Dumbwaiter #1* Dumbwaiter D.A. Malot 10790 20677 15. Building 1 Dumbwaiter #3 Dumbwaiter D.A. Malot 21561 20675 16. Building 1 Dumbwaiter #4 Dumbwaiter D.A. Malot 21562 20676 17. Building 1 Dumbwaiter #5 Dumbwaiter D.A. Malot 15190 20678 18. Building 1 Dumbwaiter #7 Dumbwaiter D.A. Malot 15191 20680 Dumbwaiter #1 is currently locked out of service. No PM s required until placed in service. However, it will be inspected during the semi-annual and annual inspection. NOTE: THE WORD ELEVATOR IN THIS SOLICITATION SHALL INCLUDE ALL ELEVATORS, DUMBWAITERS, LIFTS, ETC., TO BE SERVICED UNDER THIS CONTRACT. 2. SPECIAL CONDITIONS A. QUALIFICATION OF QUOTERS Upon request of the Government, Quoter shall be able to show evidence of reliability, ability and experience by furnishing; (1) A list of personnel who will perform under the contract showing the length and type of experience of such personnel and (2) the names and addresses of other concerns and/or Government Agencies for which prior comparable services were rendered by the quoter. Generally, the quoter shall have had approximately 5 years successful experience in fully maintaining elevators. Ability to meet the foregoing experience requirements and the adequacy of the information submitted will be considered by the Contracting Officer in determining the responsibility of the quoter. B. INSPECTION OF PREMISES The Contractor accepts as is existing condition of equipment and government furnished parts covered under this full-service agreement at time of contract award. Equipment deficiencies not meeting manufacturer s operational standards shall be corrected by the Contractor at no additional cost to the Government. C. QUALIFICATIONS OF MECHANICS All work under this contract shall be performed by an Elevator Mechanic. Elevator Mechanic Helpers or Probationary Helpers will be allowed to assist in maintaining specified equipment only in the presence of an Elevator mechanic. Helpers will only be allowed to work themselves if performing lubrication or cleaning service. Quote submission instruction will be posted in the solicitation: A request for quote is anticipated to be publicized on Federal Business Opportunities (FedBizOpps) website www.FBO.gov on or about August 14, 2017. This requirement is a 100% set-aside for Veteran Owned Small Businesses (VOSB) under the authority of 38 U.S.C. 8127(d). To be eligible for award the VOSB must be considered small under the relevant NAICS code. VOSB contractors must be verified and viewable in VetBiz www.vip.vetbiz.gov prior to submission of proposal and prior to award of contract. Status as a qualified VOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Eligible VOSB concerns must also be registered at the following websites: System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ Important Notice: Prior to submitting a bid under this VOSB set- aside solicitation; offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their VOSB status if they have not already done so. VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran means a veteran, as defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran owned small business concern if (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0986/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-Q-0986 VA249-17-Q-0986.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3722328&FileName=VA249-17-Q-0986-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3722328&FileName=VA249-17-Q-0986-000.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: Department of Veterans Affairs;VA Medical Center Louisville;800 Zorn Avenue;Louisville, KY
Zip Code: 40206-1433
 
Record
SN04620333-W 20170811/170809232243-d835a9e9a1d5a2b27f1f0a66a2c7c852 (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.