SOLICITATION NOTICE
H -- Elevator Inspection and Certification
- Notice Date
- 11/27/2020 6:14:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25821Q0030
- Response Due
- 12/11/2020 4:30:00 PM
- Archive Date
- 02/09/2021
- Point of Contact
- Amanda Beck, Contract Specialist, Phone: 602-795-4372
- E-Mail Address
-
Amanda.Beck@va.gov
(Amanda.Beck@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items Page 3 of 5 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541350 with a small business size standard of $8 Million. The FSC/PSC is H135. The Northern AZ VA Health Care System (NAVAHCS) in Prescott, Arizona is seeking to purchase Elevator Inspection Services. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Elevator Inspection and Load Test Agreement Base Year 1 YR 1001 Elevator Inspection and Load Test Agreement Option Year 1 1 YR 2001 Elevator Inspection and Load Test Agreement Option Year 2 1 YR 3001 Elevator Inspection and Load Test Agreement Option Year 3 1 YR 4001 Elevator Inspection and Load Test Agreement Option Year 4 1 YR Performance Work Statement Introduction The Northern Arizona VA Health Care System (NAVAHCS) requires Elevator Inspection Services for vertical transportation systems, consisting of 16 Elevators and 1 Wheelchair Lift, for a total of 17 devices. See Equipment List Attachment. Northern AZ VA Health Care System (NAVAHCS) 500 N Hwy 89 Prescott, AZ 86313 Normal Business Hours: 7:00 AM 4:30 PM Contractor will make recommendations in writing, identifying any adjustments, repairs or corrective actions that need to be taken as a result of any inspection. This information must be provided to the Contracting Officer Representative (COR) in writing within 24 hours of inspection. Inspector shall complete and provide inspection reports on each vertical transportation system within two weeks. Certificates of operation will be provided with the inspection reports. Contractor shall provide all labor, supervision, equipment and tools to perform five-year, annual and semi-annual vertical transportation system inspections. It is the responsibility of the inspector to determine if the equipment is in safe operating condition, that it has not been altered except in conformity to the applicable codes or regulations, and that each elevator or wheelchair lift will perform in accordance with all applicable inspection requirements. Scheduling During the elevator inspector s on-site duties, it may be necessary to periodically schedule and perform joint work with the elevator Preventative Maintenance Contractor. The COR will coordinate and make the necessary arrangements for any appointments. If any Technical Support is required during testing, calibration, and certification, it can be provided by the Preventative Maintenance Contractor. The elevator preventative maintenance contractor will provide the weights for testing. Contractor shall perform Annual inspections in the month of TBD and the Semi-Annual inspections in the months of TBD. Five-year inspection due dates are indicated on Attachment A. Schedules shall not be altered without the consent of the COR. Inspector shall coordinate all inspections with the COR and with the elevator maintenance company. All inspections shall be coordinated a minimum of thirty days prior to inspection dates. Inspections that may severely impact elevator service or incapacitate a bank of elevators shall be performed after normal working hours and approved in advance by the COR. All other inspections shall be accomplished during normal business hours, Monday Friday, except federal government holidays. Reports Shall be Microsoft word processed. Four copies of all reports shall be submitted: One (1) copy of the report shall be submitted to the COR; three (3) copies and the original report shall be submitted to the Maintenance and Operations Supervisor and the Mechanical and Electrical Supervisor at NAVAHCS Facilities Management Department. Each report shall include a separate document for each device inspected. The report shall state: the location of inspection, the identifying device number, the type of device, all ASME deficiencies, the reference section and number or letter designation of deficiencies, a heading and space to indicate schedule scheduled date of repair, and actual date of repair and inspection. Inspections will be performed according to the latest edition of the ASME Checklist for Inspection of Electric Elevators (A134C1) and ASME Checklist for Inspection of Hydraulic Elevators (AO50C7). A checklist shall be completed for each device inspected, dependent on type of device inspected. A certificate of inspection for each device shall include: the building where the device is located, device number, type of duty, city, capacity, speed, date of inspection, elevator mechanic and/or elevator maintenance company, elevator inspector signature, and inspector s qualified inspector number. This certificate shall be included in the report package. Report package shall be completed and delivered as stated above within 15 days of completion of the inspection. Labeling Requirements Upon completion of work, the Contractor shall affix a contractor-provided document to the elevator equipment that includes, but may not be limited to, the following: Government Equipment Number (EE#) Manufacturer Nameplate Model Number Serial Number Calibration/Safety Data (where applicable) Inspection/Testing History Log Phone Number to contact for questions Inspector Qualifications Pursuant to ANSI/ASME A17.1 section 1000, ASME A17.2, ASME 17.3, Inspection Contractor shall provide proof of Qualification of Elevator Inspectors (QE-1) certification. A copy of Inspector s QEI credentials shall be current and have no lapsed periods for a minimum of five years. All inspectors or inspector s assistants shall be an ASME/NAESA qualified elevator inspector with at least five years of experience as a certified inspector. Inspector shall be made available within a two-day period from notification for additional on-site consultation and to clarify questions that may arise as a result of inspections at the discretion of the VA Health Care System at no additional charge. Inspector shall be available for phone, fax, or e-mail consultation during the normal business hours of Monday Friday, 7:00 AM 4:30 PM. Security Security certification and accreditation requirements do not apply. Security accreditation package is not required. All VA policies shall be followed, and the Contractor shall not encounter VA sensitive information. Conformance Standards/Workmanship All inspections, workmanship, or equipment are subject to re-inspection, examination, and testing by government inspectors or their representative at any time during the course of work and at all places where work is being conducted. The government has the right to reject defective inspections or reports. Rejected inspections or reports shall be satisfactorily corrected or replaced without additional expense to the government. The Inspector is required to furnish the tools and labor to perform the annual and semi-annual no-load tests. COR will ensue the Elevator Maintenance Company shall provide elevator technician(s) and test weights as required for all inspections. The elevator technician(s) will accompany Inspector on all inspections. Inspections shall be conducted in accordance with NFPA 70, NFPA 70E, ASME A17.1 and A17.2 latest editions. Hours of Coverage All inspections will be performed during normal business hours of coverage unless requested or approved by the COR or his/her designee. Federal Holidays observed are: New Years Day Labor Day Martin Luther King Jr. Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Identification, Parking, Smoking, and VA Regulations Inspector is to personally check-in and out of the medical center. The Contractor s FSEs shall always wear visible identification issued by the Department of Veterans Affairs Police Section while on the premises of the health care system medical center. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The Department of Veterans Affairs will not validate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the health care system medical center. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The Contractor, their personnel and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information protection, patient privacy, and information system security as delineated in this contract. The contract period of performance is 01/01/2021 12/31/2025. Base Year: 01/01/2021 12/31/2021 Option Year 1: 01/01/2022 12/31/2022 Option Year 2: 01/01/2023 12/31/2023 Option Year 3: 01/01/2024 12/31/2024 Option Year 4: 01/01/2025 12/31/2025 Delivery shall be provided 30 Days After Receipt of Order (ARO). Place of Performance/Place of Delivery Address: Northern AZ VA Health Care System 500 N Hwy 89 Prescott, AZ Postal Code: 86313 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020) The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. All quotes shall be sent to the contract specialist, Amanda Beck, at Amanda.Beck@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, December 11th, 2020 at 16:30 Arizona Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below no later than Wednesday, December 2nd, 2020. Point of Contact Amanda Beck, Contract Specialist Amanda.Beck@va.gov 602-795-4372 See attached document: Attatchment A - Clauses. See attached document: Attachment B FMS Vendor File Update Request Form. See attached document: Attachment C W-9 Form. See attached document: Attachment D VA Form 10091.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/45561e3c40fa4ffaad7b21c11135c79e/view)
- Place of Performance
- Address: Northern AZ VA Health Care System (NAVAHCS) 500 N Hwy 89, Prescott, AZ 86313, USA
- Zip Code: 86313
- Country: USA
- Zip Code: 86313
- Record
- SN05861682-F 20201129/201127230137 (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 |