Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
DOCUMENT

J -- Elevator Maintenance and Inspection - Attachment

Notice Date
4/9/2015
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24115N0364
 
Response Due
4/20/2015
 
Archive Date
6/19/2015
 
Point of Contact
James.Cimini@va.gov
 
E-Mail Address
JAMES.CIMINI@VA.GOV
(JAMES.CIMINI@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. The VA is looking to award a contract that will consolidate multiple facilities into one. All interested vendors shall please respond back with a capability statement with the sites listed that you would intend on quoting if a solicitation is issued. This information will be used to develop potential small business set-aside criteria and the types(s) of contracting vehicles that will be awarded to complete these services. Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Brockton, VAMC to identify sources capable of providing the following: GENERAL INFORMATION 1.Title of Project: Complete Elevator Maintenance and Inspections for multiple sites located in VISN 1. 2.Scope of Work: The contractor shall provide the resources and services necessary for a complete preventive maintenance and inspection contract for all elevators located in VISN 1. The VA is looking to award a contract that will consolidate multiple medical facilities located in several different geographical locations into one potential contract. All interested vendors shall please respond back with a capability statement with the sites listed that you would intend on quoting if a solicitation is issued for all elevators combined into one contract or 2 or 3 separate contracts encompassing certain combined geographical locations. This information will be used to develop potential small business set-aside criteria and the types(s) of contracting vehicles that will be awarded to complete these services. 3.Performance Period: This requirement will be set up as a blanket purchase agreement, IDIQ, or separate individual contracts with a base year and four one year option periods depending on the availability of contractors to serve multiple geographical locations. There are 11 total facilities which all require maintenance and testing. Companies may be awarded orders for 1 or more facilities under this contract. Individual task orders will be awarded for each facility. B. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below on a yearly basis for base year and 4 option years. Performance Work Statement Elevator Maintenance VISN 1 The VA VISN 1 has a requirement for a Contractor to furnish all labor, parts, tools, and equipment to perform inspection, repair, preventative maintenance and emergency repair response on all elevators located at the VA in the Northeast. Repair and/or maintenance and inspection shall be performed at the following sites: Boston VA Healthcare System Boston VA Healthcare SystemBoston VA Healthcare System 150 South Huntington Avenue 1400 VFW Parkway 940 Belmont Street Boston, MA 02130-4893 West Roxbury, MA 02132 Brockton, MA 02401 Northampton VA Medical Center Bedford VA Medical CenterTogus VA Medical Center 421 N. Main St 200 Springs Road1 VA Center Leeds, MA 01053-9764 Bedford, MA 01730-1114Augusta, ME 04330-6796 Manchester VA Medical CenterProvidence VA Medical CenterWhite River Junction VA 718 Smyth Road830 Chalkstone Ave215 North Main Street Manchester, NH 03104-7007Providence, RI 02908-4734White River Junction, VT 05009 West Haven VA Medical CenterNewington VA Medical Center 950 Campbell Road555 Willard Ave West Haven, CT 06516-2770Newington, CT 06111-2631 SECTION II DESCRIPTION/SPECIFICATION/WORK STATEMENT ELEVATOR MAINTENANCE/INSPECTION I. SCOPE OF WORK Contract includes full maintenance and required inspections for all elevators in VISN 1. Contract will be set up as a multiple vendor award blanket purchase agreement, IDIQ, or separate individual contracts with pricing outlined individually for each facility. Individual task orders will be issued for services at each facility. The work consists of scheduled preventive maintenance (PM), inspections and periodic testing, and 24-hour, 7-day per week after-hours emergency call back service. Contractor shall provide all resources required in performing these maintenance services and inspections, including parts, materials, lubricants, hydraulic fluids, cleaning fluids, equipment, tools, shipping, travel, and labor. Contractor is responsible to determine the nature and extent of any work required and to restore equipment to satisfactory condition and operation, as determined by VA, replacing parts as necessary. All elevator operations, tests, maintenance, alterations and repairs performed under this contract shall comply and be in accordance with 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. 2. ACCEPTANCE OF EXISTING EQUIPMENT: a)This is a full maintenance and inspection contract. The Contractor shall, inspect, maintain, repair, test and clean all elevators and elevator equipment at the VA sites listed above. There are several hundred elevators that will be included in this contract. There will be a complete listing attached to the formal solicitation when announced. b)The Contractor will accept all elevators (passenger and freight) and dumbwaiters "as is". All repairs shall be the Contractor's sole responsibility. C. SCHEDULE OF DELIVERABLES 1.The contractor's detailed work plan dates will serve as the schedule of delivery for each deliverable specified. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 811310, Commercial and Industrial Machinery and Equipment and the size standard is $7.5 million. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to James.Cimini@va.gov no later than Monday, April 20th @0900, Eastern with the following information/documentation: Name of Company, Address and DUNS Number. Point of Contact and Phone Number. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business Where are the headquarters and staging areas where you deploy your technicians from? What certifications do you and all your personnel currently possess? In addition to Elevator Technicians, does your firm currently, present employ personnel in other disciplines (Mechanical Engineering or Structural Engineering)? Please describe your fleet of vehicles and access to tools. Describe your response time AND your work-flow under the following scenario: The Night Duty Officer at the _______________ campus calls your mobile phone advising you that a patient and nurse are stuck in the elevator at the ________ Campus. What is your response time, from the time you take the call, until the time your technician is at the elevator shaft/control panel: Northampton: __________________ minutes Bedford; ________________ minutes WR____________________minutes Brockton________________minutes WRJ_____________________minutes Jamaica Plain________________minutes West Haven_________________minutes Providence__________________minutes Togus_______________________minutes Manchester_________________minutes Describe your current procedures receiving Holiday, Weekend and "Night Hawk" emergency calls. Describe from your perspective an efficient pricing mechanism such that your Accounts Receivable (AR) department and VA would have visibility into both quantity and type of panels and batches, volume discounts and transparency in pricing. Describe from your experience pricing and invoicing regimes that are efficient, What barriers are there to implementing a non-complex, transparent and efficient pricing and invoicing regime? (You may be as detailed as necessary.) Does your firm/enterprise publish its pricing or rate structures to the web? Do you maintain catalog prices or price lists? Does your firm or enterprise access the Government Purchase Card (GPC) (Credit Card) as a method of payment? A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice? Previous contracts performed of similar size and scope. SAM: Interested parties should register in the System for Award Management @ www.SAM.gov. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential offeror's responsibility to monitor FedBizOpps and E-buy for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115N0364/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-15-N-0364 VA241-15-N-0364.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1972333&FileName=VA241-15-N-0364-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1972333&FileName=VA241-15-N-0364-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03694975-W 20150411/150409235226-a2e2c73112c238bc0161a33555778d77 (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.