Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOURCES SOUGHT

39 -- ELEVATOR MAINTENANCE SERVICES

Notice Date
2/5/2014
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-14-S-0003
 
Response Due
2/18/2014
 
Archive Date
4/6/2014
 
Point of Contact
Otse A. Adikhai, (213) 452-3248
 
E-Mail Address
USACE District, Los Angeles
(otse.a.adikhai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For ELEVATOR MAINTENANCE SERVICES CALIFORNIA This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Los Angeles has been tasked to solicit for and award an Elevator Service Contract. Proposed project will be a competitive, firm-fixed price and time-and-materials procured in accordance with FAR 12, Acquisition of Commercial Items. The government intends to issue a solicitation for a multiple year contract, however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business, Economic Disadvantaged Women Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing [Please see Appendix A, Elevator Specifications] The Contractor shall test, maintain and repair elevators as needed, including their main components and subassemblies, within USACE, Los Angeles District (SPL), Operations and Maintenance (O&M) facilities (See Appendix A) in accordance with the latest edition of the American National Standard Safety Code for Elevators and Escalators (ASME A17.1). Elevators shall be maintained in a safe and fully operational condition, or taken out of operation pending service. The elevator Contractor and employees shall be highly skilled and provide certified proof of experience and training in the complete maintenance and repair of elevators. The Contractor will provide all plant, labor, supervision, equipment and materials as required to perform the elevator inspection and services. The Contractor will follow the American National Standards Institute (ANSI) and the American Society of Mechanical Engineers (ASME) A17.1 standards, 29 CFR the U. S. Department of Labor, Occupational Safety and Health Administration System (OSHA), 1926 Construction Industry Regulations and The Engineer Manual (EM) 385-1-1 Safety and Health Requirements Manual. The estimated price range for this project is: Between $100,000 and $250,000 Estimated duration of the project is One Base Year and Two Option Years. Minimum capabilities required include (please address item numbers 1-8): 1. Do you follow and are you certified by your state for all elevator services under ASME A17.1 dated-2010? a. Safety Code for Elevators and Escalators (Bi-national standard with CSA B44-10), American Society of Mechanical Engineers / 30-Dec-2010 / 544 pages ASME certification for 17A.1 2. Does your company follow California Code of Regulations, Title 8, Section 344.30 Conveyance Equipment? 3. Does your company have Certified Qualified Conveyance Company (CQCC) Certification? a. Submit a copy of a current and valid C-11 license b. Submit a copy of current Workers' Compensation insurance certificate c. Submit a copy of current Liability insurance certificate 4. Does your company have Certified Competent Conveyance Mechanic (CCCM)? a. Applicant must be employed by a CQCC b. Document a minimum of three years of work experience in the conveyance industry c. Current employer must sign application to verify current employment and work experience d. Submit a certificate of completion from an approved apprenticeship program; (NEIEP, CET, or CAT) 5. Does your company have Certified Competent Conveyance Inspector (CCCI)? a. Please submit a copy of the certification. 6. Is your company authorized to perform inspections and maintenance services in the state of California? a. Only Safety Engineers employed by the State of California and Certified Competent Conveyance Inspectors (CCCI) are authorized to perform inspections in California. A CCCI is someone who has been determined by the Division to have the qualifications and ability of a competent conveyance inspector and is certified as a CCCI by the Division. 7. The company will follow maintenance requirements that are currently based on installation date. a. In general, Group II and Group III installations require the following: b. Maintenance of devices listed in section 3000(c) shall comply with Part XII of ASME A17.1-1996; except for Rule 1200.1, Rule 1206.10, section 1214, section 1215, section 1216, and section 1217; which is hereby incorporated by reference. Group IV installation require: c. Maintenance of conveyances covered by ASME A17.1-2004 shall comply with ASME A17.1-2004, section 8.6. The correct Group designation for your installation should be posted on the cover for either the disconnect switch or controller. 8. Does your company follow and understand the purpose of a State inspection? a. A State safety inspection is a multi-purpose activity. For a new device, the inspection serves to ensure that the device meets the Elevator Safety Orders that are being enforced at that time. It also verifies that the equipment installed complies with the design parameters. b. If modernization work is performed on a device, an inspection will validate that the work performed is in compliance with whatever edition of the Elevator Safety Orders that is applicable at that time. c. As a re-inspection it allows the Safety Engineer the opportunity to review the activity and maintenance of the device and to see that the applicable Safety Orders, including whatever periodic tests that may be required, are complied with. d. The safety of the Government employees as well as the conveyance maintenance/repair personnel is paramount. State Office of Responsibility POC: State of California Division of Occupational Safety and Health Elevator, Rides and Tramway Unit, Certification Section 2424 Arden Way Suite 485 Sacramento, CA 95825 The contract period of performance is for a base year and 2 options. The total contract capacity will not exceed $183,015. The North American Industry Classification System code for this procurement is 811310 is Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, which has a small business size standard in millions of dollars $7.0. The Standard Industrial Code is 3534 and The Federal Supply Code is 3960. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% (Services, except construction) of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. - This applies to NAICS 811 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 19 February 2014, and the estimated proposal due date will be on or about 21 March 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall include the following information (in addition to minimum capability requirements listed above): 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's supporting documentation for the evaluation of the minimum capabilities required to perform this requirement. 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 9:00 AM PST 18 February 2014. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or Email your response to Otse Adikhai, United States Army Corps of Engineers, Los Angeles District, 915 Wilshire Blvd. Los Angeles, California, 90017. Otse.A.Adikhai@usace.army.mil. [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-14-S-0003/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN03281470-W 20140207/140205233942-41ff060891ef839968c8ac5f1cea6a51 (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.