Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

Z -- Purchase and Install Ten (10) 48 inch toe guards for the elevators located at F

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Social Security Administration Office of Acquisition and Grants 10th Floor, Post B8 601 E 12th St Kansas City MO 64106-2818
 
ZIP Code
64106-2818
 
Solicitation Number
28321318RI0000010
 
Response Due
11/24/2017
 
Archive Date
12/9/2017
 
Point of Contact
CROWLEY, TERRY
 
Small Business Set-Aside
N/A
 
Description
Purchase and Install Ten (10) 48 inch toe guards for the elevators located at Frank Hagel Federal Building, 1221 Nevin Ave., Richmond, CA 94801. SMALL BUSINESS RQUEST FOR INFORMATION SYNOPSIS Solicitation Number:Notice Type: 28321318RI0000010Request for Information Classification Code:NAICS Code: Z238290 Synopsis: The Social Security Administration (SSA) is conducting a market survey/request for information to help determine the availability and technical capability of qualified small businesses, 8(a) qualified small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and Historically Underutilized Business Zone small businesses capable of providing the requirement below. This market survey/request for information announcement is not a request for proposals, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. The information from this market research is only for planning purposes, and will assist the Government in its acquisition strategy. As such, the Government will not entertain questions concerning this synopsis, and will not pay any costs incurred in the preparation of information for responding to this market survey or the Government s use of the information. Proprietary information must be clearly identified as proprietary information. SSA has a requirement for a Contractor to provide all supervision, labor, equipment, tools, supplies and materials for the installation of 48-inch toe guards (aka aprons or platform guards) on ten elevator cars at the Frank Hagel Federal Building, 1221 Nevin Avenue, Richmond, CA 94801. Frank Hagel Federal Building is a seven-story office building for the Social Security Administration. The building contains eight passenger elevators and two freight elevators, all built by Haughton Elevator Company in 1975. The passenger elevators are gearless traction rated at 4000 pounds, with 4-foot door openings. The freight elevators are geared traction rated at 8000 pounds, with 6-foot door openings. As-built plans are available for reference. The Contractor must verify all measurements. The Contractor shall perform the following work: Evaluate and determine the proper toe guards to be installed per the latest version of ASME A17.1 Elevator Safety Code. Purchase and install the toe guards and all necessary support hardware and other parts. Annotate the installation in the elevator maintenance logs in the machines rooms. The Contractor shall submit with its proposal a schedule of parts and materials to be installed. All parts and materials must be new; no used, rebuilt and refurbished materials shall be used. It is the responsibility of the Contractor to determine and comply with all applicable laws, regulations, and local ordinances. All required permit fees will be included in the bid price. All design, installation and service shall comply with ASME A17.1 Elevator Safety Code and other industry standards, as applicable. 2. WORK HOURS Normal working hours for the building are 6 AM to 6 PM, Monday through Friday. Work may be performed during normal hours if it does not cause excessive noise, fumes or other conditions that are disruptive to the office workplace. Hot work (welding, soldering, metal cutting, etc.) must be performed outside normal working hours and must be approved in advance by the Contracting Officer Representative (COR). The Contractor agrees to perform services with as little disruption to the building operations as possible. 3. COORDINATION The Contractor shall coordinate working hours and work locations with the Contracting Officer s Representative (COR). Only one passenger elevator on each side of the building may be placed out of service at any time. Only one freight elevator may be placed out of service at any time. 4. SAFETY AND CLEANLINESS The Contractor shall ensure that the work area is kept clean and free of debris to maintain a safe working environment. The Contractor shall provide dust covers, temporary barriers, pads, etc. as required to protect the building occupants and contents while performing work. Floors, walls and ceilings, including elevators, shall be adequately protected to prevent marring, scratching or other damage. Upon completion of the work, all surfaces involved shall be clean of dirt, smudges and debris. The Contractor shall remove all waste materials from the work site and dispose as required to maintain a safe working environment. The Contractor is responsible for any damage caused by the Contractor to the building and its contents. Such damage shall be repaired or items replaced by the Contractor to the satisfaction of the Government. All tools, equipment and other materials belonging to the Contractor shall be removed from the work location at the end of each working day. Limited on-site storage space for materials will be provided upon request and coordinated with the COR. The Government shall not be responsible for the loss or damage of the Contractor s equipment, tools and materials. 5. WARRANTY The Contractor shall supply a one year warranty on all parts and workmanship, in addition to any manufacturer s warranty. 6. ASBESTOS NOTIFICATION Asbestos-containing materials (ACM) have been identified in the following locations inside the Frank Hagel Federal Building: Hanger and bracket cuffs of various sizes on the piping throughout the building. Joint compound applied to dry wall/sheet rock seams throughout the building. Black conduit cap putty is located in conduits throughout the building. Black floor tile mastic associated with the 12 X 12 cream-color floor tiles. The Contractor is responsible for ensuring that contract employees do not damage or disturb ACM and that all contract employees exercise caution when working near ACM. The Contractor must immediately report damaged ACM to the COR. All contract employees must be trained in Asbestos Awareness. Training records shall be provided to the Government upon request. The North American Industry Classification System (NAICS) code is 238290 and the size standard is $15M. Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements. In addition to capability statements, firms must include this information in their responses: (1) organization name, address, email address, website address, and telephone number; (2) size and type of ownership and socioeconomic designation for the organization [i.e. small business, small disadvantaged business, 8(a), etc.]; and 3) business experiences. Vendors must send written responses by November 24, 2017 to Terry Crowley, Contract Specialist at terry.crowley@ssa.gov. NO PHONE CALLS PLEASE. Contracting Office Address:Place of Performance: SSASSA Richard Bolling Federal BuildingFrank Hagel Federal Building 601 E. 12th St., 10th Floor, Post B-81221 Nevin Ave. Kansas City, MO 64106Richmond, CA 94801
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/28321318RI0000010/listing.html)
 
Record
SN04738588-W 20171115/171113231137-3019bde66d3116a0efb635b4da50f7b1 (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.