Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOURCES SOUGHT

J -- Elevator Maintenance Services for the SFVAMC

Notice Date
4/7/2020 12:24:01 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26120Q0504
 
Response Due
4/14/2020 12:00:00 AM
 
Archive Date
07/13/2020
 
Point of Contact
maria.teodoro-tanksley@va.gov
 
E-Mail Address
maria.teodoro-tanksley@va.gov
(maria.teodoro-tanksley@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Constitutes Market Research The Department of San Francisco Veterans Affairs Medical Center (SFVAMC) CA is conducting market research to determine if there are sufficient number of qualified vendors to issue a Service-Disabled Veteran-owned Small Business (SDVOSB) set aside or small business set aside. In accordance with United States Code Title 38 Section 8127(d), we are seeking vendors in the following categories: Service-Disabled Veteran Owned Small Business Veteran Owned Small Business Small Business The responses from this notice will be used to make the appropriate set aside determination. The proposed solicitation will be issued as a Request for Quotation under FAR Parts 12, 13. Synopsis of Work: Elevator inspection, maintenance and repair service (passenger, freight service elevators, dumbwaiters and wheelchair lifts) for San Francisco Veterans Affairs Medical Center (SFVAMC), San Francisco, CA. The period of performance for this contract will be a base year plus 2 option years. NAICS Code 238290 size standard $16.5 million. Contractors that can provide this requirement and meets the requirements are requested to provide the following: 1. Company Name, 2. DUNS number, 3. Business size under NAICS 4. If the item(s) are available on FSS contract or not and the FSS contract number if it is available on contract. 5. Contractors must be registered and certified in VETBIZ to be considered SDVOSB. This is not a solicitation. This is a Sources Sought and let us know if you are interested to provide your proposal when formal solicitation is released for competition. Responses must be received NLT 1:00 PM PST on 04/14/2020. Please email all responses to Maria.Teodoro-Tanksley@va.gov. DO NOT SEND ANY PROPOSALS at this time. Submitting a capability statement is welcome. DISCLAIMER This sources sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI Notice. Performance Work Statement (PWS) Scope of Work: a. Contractor shall provide full maintenance, repair, inspection to include management, supervision, labor, parts, materials, tool, equipment, incidental engineering services, transportation and all other items deemed necessary to perform the required service. The maintenance includes regular and systematic inspections of all elevators (passenger, freight service, dumbwaiters, and wheelchair lifts) listed in Attachment 1 for the San Francisco VA Medical Center (VAMC) located at 4150 Clement Street, San Francisco, CA 94121. b. Contractor shall clean, adjust and lubricate the equipment, determine the nature and extent of any trouble/problems, and the maintenance required to restore the elevators to safe and satisfactory service, and if conditions warrant, furnish and install parts. All equipment, materials, and installations shall conform to the following codes: b.1 - The latest edition of the American National Standard Safety Code for Elevators, Dumbwaiters, Escalators, and Moving Walks ANSI A 17.11-1990 or latest edition. b.2- The latest edition of the American Standard Practice for Inspection of Elevators, Inspectors Manual, A 17.1 b.3- Life Safety Code, latest edition b.4-Service required to meet safety regulations of the VA, NFPA, JCAHO and etc. Qualification of Offerors (a) The contractor shall be a firm regularly engaged in the repair, maintenance and servicing of vertical transportation systems, hereinafter referred to as elevators. Their expertise, experience, and regular business shall include the repair, maintenance and servicing of both traction type machines and hydraulic machines of the passenger, freight and hospital type elevators. Their expertise and experience shall be of such extent so as to provide them the knowledge of conditions of elevators and the scope of repairs, maintenance and servicing of elevators generally found in hospital use. They shall possess all the manpower, equipment, tools, and ready sources of parts as necessary to promptly, skillfully, and expertly carry out the conditions of the contract. (b) Offerors shall be able to show evidence of their 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 personnel who will service these facilities and proof of certification by the International Union of Elevator Constructors, and (2) the names and addresses (including approximate distance from the VA) that each Service Technician will be dispatched from, in response to emergency requests. (3) List of other concerns and/or Government Agencies for which comparable services were rendered by the Offeror. Generally, the principals of the company shall have had approximately five years successful experience in fully maintaining elevators and dumbwaiters. (c) Ability to meet the foregoing experience requirements and the adequacy of the information submitted will be considered in determining the best value to the Government. 3. QUALIFICATION OF PERSONNEL PERFORMING WORK. All work shall be performed by mechanics and helpers certified by the International Union of Elevator Constructors. Proof of personnel certification shall be furnished to the with the Offeror s proposal by the due date specified on the SF1449, block 8. A certified mechanic will be with a helper at all times when helper is performing maintenance. 4. REQUIREMENTS: a. During the inspection visit, the Contractor shall clean, adjust, and lubricate the equipment as specified below, determine the nature and extent of any work required to restore the elevators to satisfactory service, and if conditions warrant, furnish and install parts listed below. b. Preventive maintenance schedule: b.1-Bi-weekly inspection of passenger- and service-type elevators shall be made on each Tuesday and Thursday. In the event this day falls on a holiday, the required service shall be performed on the following workday. b.2-Semi-monthly inspection of hydraulic-type elevator and dumbwaiters shall be made on the second and fourth Thursday of the month. In the event this day falls on a holiday, the required service shall be performed on the following workday. b.3-Monthly test of the fire recall feature on elevators will be conducted as required by the 1991 or latest edition of the Life Safety Code section 31-1.3,10 per rule 1206.7 of the ANSI or ASME A17.1. c. The maintenance contractor shall have one service representative available for each campus during the semi annual inspections by the independent contracted elevator inspection. During the contracted independent annual elevator inspections, two maintenance service representatives are to be available. 5. HOURS OF COVERAGE: 5.1-Normal Work required in the performance of the contract shall be performed during the Medical Centers regular administrative working hours, 7:30 a.m. - 4:00 p.m., Monday through Friday, excluding holidays. The Contractor shall provide prompt emergency call back service within one (1) hour for all facilities after being notified at any hour of any day of the week. Upon arriving at the Medical Center to perform services, the Contractor shall report to the Electrician Supervisor or his designee. 5.2-Federal Holidays observed by the SFVAMC are: New Years' Day, Martin Luther King Day Presidents' Day, Memorial Day Independence Day, Labor Day Columbus Day, Veterans' Day Thanksgiving Day, Christmas Day 6. UNSCHEDULED MAINTENANCE (Emergency Repair Service): 6.1-Prompt emergency call back service shall be provided within one (1) hour to request by telephone or otherwise from the (1) Contracting Officer Representative (COR), (2) Engineering Office or, (3) their designee in case of a shutdown or if emergency trouble should develop between regular examinations. This call back service shall be rendered at any hour of the day of the week as requested at NO EXTRA CHARGE TO THE GOVERNMENT. The emergency call back service COVERS ELEVATORS, AND DUMBWAITERS. 7. SCHEDULED MAINTENANCE (Cleaning, Lubricating, and Adjustment services): When, and as required, the machines, brakes, motors, generators, controllers, relay panels, selectors, leveling devices, operating devices, switches on car and in hoist-way, hoist-way door and car door or gate operating device, interlocks and contact, guide shoes, roller guides, guide grooves in hoist-way and car door sills, hangers for all doors and car doors or gates, signal system, car safety device, governors, tension frames and sheaves in pit shall be cleaned, lubricated, and adjusted. Cleaning and refinishing of the interior of car and exterior of hoist-way doors and frames are excluded. 7.1-Cleaning Services: Guide rails, overhead sheaves and beams, counterweight frames, top to cars, bottoms of platforms, and machine room floors shall be brushed clean. All accumulated rubbish shall be removed from the pits. 7.2-Lubrication: All sheave bearings and hoisting ropes shall be lubricated; machine stuffing box and bearing on motor operated brakes shall be repacked and gear cases and guide lubricators shall be refilled when required. 7.3-Adjustment services: All hoisting ropes shall be examined, and the tension equalized and, whenever necessary to ensure maintenance of adequate safety factors, all hoisting compensating and governor ropes shall be replaced. The exterior of the machinery and any other parts of the equipment, subject to rust, shall be kept properly painted and presentable at all times. The motor windings shall be periodically treated with proper insulation compound. The guide rails shall be kept free of rust where rolled guides are used and properly lubricated where sliding guides are used. Guide show rollers and gibs shall be renewed as required to ensure smooth and satisfactory operation. All electrical wiring and conductors extending to elevators and dumbwaiters from circuit breakers or main line switches in machine rooms and from outlets in the hoist-ways shall be repaired and/or replaced when required. Circuit breakers or main line switches, together with fuses for same, are excluded. 8. MATERIALS TO BE FURNISHED AND INSTALLED OR REPLACED: 8.1-The Contractor shall furnish all lubricants, cleaning supplies, and tools necessary to perform the work described above. All lubricants shall be recommended by the manufacturer of the equipment 8.2-The Contractor shall furnish and install or repair when and as necessary machines, motors, hydraulic pumps, plungers, hydraulic lines and valves, motor generators, controllers, selectors, worms, gears, thrusts, windings, commutators, rotating elements, contacts, coils, relays shunts resistances for operating and motor circuits, magnet, frames, cams, car doors, hoist-way door hangers, tracks and guides, door operating devices, governors, push buttons, annunciators, hall lanterns and indicators, lamp replacements in signal systems and all other elevator signal and accessory equipment complete and supply and replace floor covering on elevator car platforms and any other parts not included above. All parts shall be of the original manufacturer's design and specification. The Contractor shall maintain a sufficient stock of these parts to ensure the proper maintenance and uninterrupted operation of elevators at all times. The VA reserves the right to inspect the contractor's facility to confirm the parts are available. 8.3-The Contractor shall not supply and replace incandescent or fluorescent lamps for car light fixtures. The Contractor shall not make renewals or repairs necessitated by reason of negligence or misuse of the equipment by persons other than the Contractor, his representatives and employees or by reason of any other cause beyond control of the Contractor, except normal wear and tear. The Contractor shall not install new attachments as may be recommended or directed by inspection firms or by Federal, State, Municipal or other Government Authorities. 9. DOCUMENTATION AND REPORTS: - 9.1-Reports for services and repairs are to be provided electronically within 7 to 10 business day following the completed work. 9.2-A hard-copy and an electronic annual report (not faxed) should provide at the each of each contract year. 10. CORRECTION OF DEFICIENCIES FOUND DURING ELEVATOR INSPECTIONS. The Offeror will be furnished a list of deficiencies that were found during the semi- or annual inspection performed by an independent inspection contractor. The Offeror will correct deficiencies noted within 30 days after receipt of the reports. 11. DEFINITIONS/ACRONYMS: A. CO - Contracting Officer B. COR - Contracting Officer's Representative C. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. D. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. E. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. F. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. G. Authorization Signature - COR signature; indicates COR accepts work status as stated in ESR. H. NFPA - National Fire Protection Association. I. SFVAMC San Francisco Veterans Affairs Medical Center J. VAH - Department of Veterans Affairs Hospital K. OEM Original Equipment Manufacturer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb61b9b8228e4fbbad748ceab3f6dbe6/view)
 
Record
SN05613577-F 20200409/200407230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.