SOURCES SOUGHT
J -- Elevator Maintenance and Repair Service
- Notice Date
- 8/23/2023 9:55:25 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26123Q1174
- Response Due
- 8/28/2023 10:00:00 AM
- Archive Date
- 09/27/2023
- Point of Contact
- Brandy Gastinell, Contract Officer, Phone: 916-923-4551
- E-Mail Address
-
Brandy.Gastinell@va.gov
(Brandy.Gastinell@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing elevator maintenance and repair services as further described in the drafted Performance Work Statement (PWS). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The contractor will be providing elevator maintenance and repair services for the VA Pacific Islands Health Care System, Honolulu, HI. There is no solicitation document as this time. The NAICS is 561210 Facilities Support Services, with Small Business size of $47.0M. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 10 AM Pacific Time, August 28, 2023. If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz. Capability statements that include the following: Identify geographical areas your company currently services? Approximately how many current employees do you have in the service area(s)? Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number. Are you a certified and authorized vendor to perform readiness assessment services? If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The Service Contract Act will apply. Please see the DRAFT Performance Work Statement attached for further details. 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 request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. Performance Work Statement Maintenance for Elevator Systems 1. Scope of Work The Contractor shall provide all labor, material, and equipment to perform a complete inspection, testing, preventive maintenance, unscheduled maintenance, and repairs for the government-owned equipment listed below at specific Department of Veterans Affairs facilities for the VA Pacific Islands Health Care System. 2. Location of Work 2.1 Ambulatory Care Clinic, Building No. 30, 459 Patterson Road, Tripler Army Medical Center Two (2) Elevators; MFG: Dover 2.2 VA Parking Structure, Building No. 32, 459 Patterson Road, Tripler Army Medical Center Two (2) Elevators; MFG: Dover 2.3 Tripler Army Medical Center, E-Wing, Building No. T1, 1 Jarret White Road Two (2) Elevators; MFG: Dover 3. Period of Performance Base Year: 2 Nov 2023 to 1 Nov 2024 Option Year 1: 2 Nov 2024 to 1 Nov 2025 Option Year 2: 2 Nov 2025 to 1 Nov 2026 4. Work Hours / Schedule Routine maintenance shall be performed during regular administrative and clinical hours, 7:30 a.m. 4:00 p.m., Monday through Friday. For emergencies, the contractor is to provide prompt emergency call back service within one (1) hour of receiving a request for emergency service call, 24 hours a day, 7 days a week. Upon arrive at the Medical Center to perform services, the Contractor shall report to the Maintenance & Operations Supervisor or his designee. 5. Contractor Responsibilities: Furnish all parts, labor, materials, facilities, transportation, tools, equipment, and all other items deemed necessary to fully maintain the elevators listed and to replace defective parts in accordance with needs and specifications. The service contract covers full maintenance, including regular and systematic inspection of each elevator listed above. During the inspection visit, the Contractor shall: 5.1.1 Clean, adjust, and lubricate the elevator equipment to maintain satisfactory service 5.1.2 Determine the nature and extent of any work required to restore equipment to satisfactory condition and operation as determined by the VA 5.1.3 And, if conditions warrant, furnish, and install parts listed below. 5.2 Preventive Maintenance schedule: 5.2.1 Weekly inspection of passenger and service type elevators shall be made each Thursday. In the event the inspection day falls on a holiday, the required service shall be performed on the following workday. 5.2.2 Semi-monthly inspection of hydraulic type elevator shall be made on the second and fourth Thursday of the month. In the event the inspection day falls on a holiday, the required service shall be performed on the following workday. 5.2.3 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 standard 5.3 The maintenance contractor shall have a minimum of two service representatives available during the semiannual inspections when the independent contracted elevator inspection is performed. 5.4 The maintenance contractor shall be escorted by a member of the Facilities Management and Engineering Services Dept at all times. 5.5 Cleaning, Lubrication and Adjustment Services The following components shall be cleaned, lubricated, and adjusted: 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. Cleaning and refinishing of the interior of car and exterior of hoist-way doors and frames are excluded. 5.5.1 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. 5.5.2 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 fluid lubricators shall be refilled when required. 5.5.3 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 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. 5.6 Materials to be furnished 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. 5.7 Parts to be furnished and installed / repaired 5.7.1 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, contracts, 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. 5.7.2 The Contractor shall not supply and replace incandescent or fluorescent lamps for car light fixtures. The Contactor shall not make renewals or repairs necessitated by reason of negligence or misuse of the equipment by person 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, without prior approval. 5.8 Routine Repairs: Contractor to provide service at the site within the next normal workday after the Contractor has been contacted for service. The work is done during regular working hours at no additional cost to the Government. Routine service calls shall be a part of the monthly service costs. 5.9 Emergency Call-Back Service and Repairs Prompt emergency call back service shall be provided within one (1) hour of receiving a request for emergency service call, 24 hours a day, 7 days a week. After receiving a request for emergency service, the work shall be performed continuously until the emergency-based situation is mitigated. This call back service shall be rendered at any hour and day of the week as requested at NO EXTRA CHARGE TO THE GOVERNMENT. The emergency call back service COVERS PASSENGER ELEVATORS. The contractor to include a 30% contingency of the routine maintenance contract value to cover the costs of emergency call backs. 5.10 The contractor shall obtain all necessary licenses and/or permits required to perform this work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12ad74ed913b4ebd81e3a7471e163278/view)
- Place of Performance
- Address: Honolulu, HI 96859, USA
- Zip Code: 96859
- Country: USA
- Zip Code: 96859
- Record
- SN06804407-F 20230825/230823230103 (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 |