Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2019 FBO #6467
SOURCES SOUGHT

Z -- Building 15H Elevator Modernization @ the VA Castle Point

Notice Date
8/6/2019
 
Notice Type
Synopsis
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q1053
 
Response Due
8/14/2019
 
Archive Date
11/12/2019
 
Point of Contact
Bronx NY 10468
 
Small Business Set-Aside
N/A
 
Description
VA CASTLE POINT HCS BUILDING 15H ELEVATOR MODERNIZATION SOW 1. Background Engineering Service (138) experienced a major elevator controls failure in one of our Mid-State elevators serving Building 15H at VA Castle Point Campus. We currently have one elevator serving Building 15H, this main section of the Castle Point VA Hospital cannot function without elevator service as this building operates 24/7. In addition to replacing the controls, per ASME code once the controls on the elevator are modified, the remainder of the elevator must be modified to meet code as well. 2. Place of Performance Department of Veterans Affairs Hudson Valley Health Care System VAMC Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 3. Description / Specifications: The vendor shall furnish all material, labor, supervision, tools, and equipment necessary to provide the following: Non-Proprietary Controller Provide and install new non-proprietary controller microprocessor-based system to control two Mid-State elevators. This system will be configured specifically for the building application with absolute floor encoding. In addition, the control system will have the capability for additional options based on building needs: Card Reader Floor Lockouts Independent Service Flexibility for software enhancements for future code upgrades Duplex operation to take into account each cars position travel direction and door state when processing a hall call to determine best available car. Vendor shall provide and install all new components and wiring to make the system fully operational. Vendor shall provide all new wiring from the elevator controllers to the elevator cars, not limited. Vendor shall provide additional software programming / modification required to make the system fully operational. Vendor shall provide to the VA a copy of the installed elevator control software and keep a copy with the elevator controller panel. Shutoff Valves Provide manual shutoff valve (2), one valve shall be in the pit area and the second valve shall be in the machine room. Install a new automatic shutoff valve in the oil supply line at the cylinder inlet. This will be typical for both elevator cars, for a total of four manual shutoff valves and two automatic shutoff valves. Hydraulic Power Unit (Elevator # 2) Provide and install new high efficiency submersible power unit. Unit shall include pump, valve, and motor for elevator #2. Closed-loop door operator Provide and install new closed loop door operator. System shall consist of heavy duty ½HP motor allows doors to open and close at consistent speed, even with the changing wind conditions at each floor. The closed loop operator shall regulate speed via performance feedback for perfect consistency from floor to floor and automatically adjusts for wind and door conditions to maintain consistent door times. Existing guide rails shall remain. LED Fixtures Provide and install new Lower energy consumption and longer lasting LED fixtures installed in new elevator hall buttons, lanterns and car operating panels. Fixture buttons and lantern shall be the vandal-resistant type. A completely new swing return panel shall be provided in the cab as well. Seismic Valves Provide and install new Seismic valves in each elevator pit adjacent to the jack assembly. Car Safety Handrails Provide and install new top of car safety handrails on each elevator car. Emergency Escape Hatch Switch Provide and install new Emergency Escape Hatch electric Switch on each elevator car as required by code. Following existing characteristics and items shall remain unchanged Existing car speed, travel, and capacity Existing power unit for Elevator # 1 Existing elevator car frame and sling Existing car platform Existing guide rails Existing elevator hoist way entrance frames Existing elevator cab interior See schedule in sec. 15 of this requirement for list of additional elevator components to be installed and/ or remaining current condition. At minimum one elevator shall remain fully operational and available for public use during the entire duration of the project. Vendor shall provide and install all components of a miniplate wall AC unit to keep the machine room where the Microprocessor system will be installed. The room is approx. 250 Sq. Ft. The VA shall provide the Vendor laydown area to store tools, vehicles, equipment, and materials. Prior to start of work, vendor shall submit a schedule of the planned work detailing time and dates vendor plan to work, methods of work, material lead times, elevator downtimes and work items to be completed. Vendor shall proceed with work only after receiving approval from the VA. The vendor competent person (field supervision) shall have minimum 10+ years of experience installing elevators and elevator components. All of the elevator mechanics who will work on this project shall have minimum 8+ years of experience working on systems of similar complexity. The vendor shall provide project resumes and qualifications prior to start of installation activities. The VA has specific permitting SOPs for lockout / tagout, energizing and deenergizing systems, etc. The vendor shall cooperate fully with VA staff and make every effort to follow these SOPs. In addition, the vendor shall follow all applicable Local, State, Federal, NEC, OSHA, ASME/ANSI A17.1, ADAAG and Industry Standards as part of the installation process. All materials used on project shall be in accordance with VA specifications. Vendor shall submit materials to be used on project for approval prior to commencing work on the project. Upon completion of installation the vendor shall provide a third-party testing entity and inspector approved by the VA, to test and inspect the elevator for functionality and safe operation. The tests performed shall be in accordance with ASME requirements. The company performing the inspection shall provide to the VA a report detailing any deficiencies found related to the components installed, and any overall code related deficiencies discovered during the inspection. 4. Period of Performance 200 days from Contract Award Date 5. Type of Contract Firm Fixed Price (FFP) 6. Environmental Issues If the contractor encounters any suspicious and/ or hazardous materials, i.e., lead paint or asbestos; bring it to the attention of the COR immediately. The contractor shall adhere to All federal, state, and local codes and requirements for campus at ALL times. 9. Contractor's Responsibilities Contractor shall require his/her employees to comply with the instructions pertaining to conduct and other regulations called to the contractor's attention by the Contracting Officer, COR, and Federal Protective Officers. 10. Contractor Use of the Premises USE OF PREMISES AND REMOVAL OF DEBRIS: The contractor is responsible for: a) Normal work shall proceed with minimal to no interruption to normal medical center operations. Any work which can potentially impact medical center operations shall be scheduled and approved in advance with the COR. b) To clean up frequently, all refuse, rubbish, scrap materials and debris caused by its operation, to the extent that at all times the site of the work shall present a neat, orderly and workmanlike appearance. RECOGNIZED HOLIDAYS: The contractor is not required to perform services on the following holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day HOURS OF OPERATION: The contractor is responsible for conducting business, between the hours of 8:00AM to4:30 PM, Monday thru Friday. Contractor may for his/her convenience request authorization in advance from the COR to work outside of regular working hours of regular work days at no additional cost to the medical center. Authorization shall be at the discretion of the CO. 11. Security Requirements In order to access the campus all of the Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel will be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The contractor shall not have access to the Department of Veterans Affairs computer system. 12. Progress Meetings A kickoff meeting will be held within 5 business days of contract award. Thereafter monthly progress meetings will be held between the VA-COR Engineering Leadership and the Contractors Project Manager. 13. Government Furnished Items, Services & Responsibilities, and Definitions Any Space assigned to the contractor for the storage of his/her supplies, material and the equipment, which he/she will use in the performance of work under this contract shall be kept in a neat and orderly condition. Space assigned to the contractor may be changed by the Medical Center during the term of this contract, at no additional cost. VA shall provide notification to prior to vendor being required to relocate the stored items. The Medical Center will not be responsible in any way for safeguarding the contractor's stored supplies, materials, replacement parts or equipment. Contracting Officer's Representative (COR): The COR will be designated at time of award. The COR will assist the CO in the discharge of his/her responsibilities. The responsibilities of the COR include, but are not limited to: acting as the Medical Center's representative in charge of the work at the site; and advising the CO of any factors which may cause delay in performance of the work. 14. Reference Materials: APPLICABLE PUBLICATIONS, REFERENCES, LAWS, REGULATIONS AND POLICIES (1) ASME/ANSI A17.1 and ADAAG (2) ANSI A17.1 (3) ADAAG (3) VA SPECS FOR ELEVATOR INSTALL 15. Schedule List Elevator Schedule Elevator Description Passenger Elevators H-1 & H-2 Elevator Location Castle Point Campus Building 15H Number of Elevators 2 Elevator Type Direct Action Plunger Capacity 5,000 Speed 125 Travel Existing Landings 4 Openings 4- In Line Power Supply 208 /3/ 60 Installation Schedule Machine Room Equipment Elevator Component Scope of Work Power Unit Provide and install New (elevator # 2 only) Controls Provide and install new Non-Proprietary Type (Both Elevators) Selector Provide and install new (Both Elevators) Machine Room Conduit, Duct, and wiring Provide and install new (Both Elevators) Governor N/A Hoist-way Equipment Elevator Component Scope of Work Car Guide Rails Existing To Remain Rail Brackets Existing To Remain Hoist Ropes N/A Governor Rope N/A Car Spring Buffers Existing To Remain Car Guide Shoes Provide and install new (Both Elevators) Leveling Switches Provide and install new (Both Elevators) Limit switches Provide and install new (Both Elevators) Slowdown Switches Provide and install new (Both Elevators) Top / Bottom Terminal Switches Provide and install new (Both Elevators) Traveling Cable Provide and install new (Both Elevators) Hoist-way Wiring Provide and install new (Both Elevators) Hoist-way Conduit & Duct Provide and install new (Both Elevators) Pit Ladder Existing to Remain Pit Stop Switch Provide and install new (Both Elevators) Pit Light Existing to Remain Hoist-way Entrance Equipment Elevator Component Scope of Work Hoist-way Entrance Frames Existing to Remain Hoist-way Door Panels Existing to Remain Hoist-way Door Unlocking Device Existing to Remain Hoist-way Sills Existing to Remain Hoist-way Door Rollers & Interlocks Provide and install new (Both Elevators) Signal Fixture Equipment Elevator Component Scope of Work Main Car Operating Panel Provide and install new (Both Elevators) Car Position Indicator Provide and install new (Both Elevators) Car Directional Lantern Provide and install new (Both Elevators) Two-Way Communication Device Provide and install new (Both Elevators) Emergency Light Provide and install new (Both Elevators) Hall Push Button Stations Provide and install new (Both Elevators) Hall Lanterns Provide and install new (Both Elevators) Lobby Hall Position Indicators Provide and install new (Both Elevators) Lobby Remote Monitoring Station N/A Elevator Car Equipment Elevator Component Scope of Work Car Sling Existing to Remain Platform Existing to Remain Platform Isolation Existing to Remain Sub-Flooring Existing to Remain Load Weighing Device Provide and install new (Both Elevators) Car Safety N/A Cab Enclosure Existing to Remain Cab Front returns Existing to Remain Cab Interior Existing to Remain Cab Door Panels Existing to Remain Cab Finished Flooring Existing to Remain Cab Sill Existing to Remain Car Top Inspection Station Provide and install new (Both Elevators) as per current code Alarm Bell Provide and install new (Both Elevators) Door Operator Provide and install new (Both Elevators) Variable Frequency Type Clutch Provide and install new (Both Elevators) Car Door Tracks Existing to Remain Car Door Hangers & Rollers Provide and install new (Both Elevators) Car Door Gate Switch Provide and install new (Both Elevators) Door Reopening Devices Provide and install new (Both Elevators) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q1053/listing.html)
 
Place of Performance
Address: Castle Point;41 Castle Point Road;Wapping Falls, NY
Zip Code: 12590
Country: U.S.A
 
Record
SN05393888-F 20190808/190806230019 (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.