Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

Z -- Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii

Notice Date
7/30/2024 6:58:31 PM
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247824R2421
 
Response Due
9/20/2024 5:00:00 PM
 
Archive Date
10/05/2024
 
Point of Contact
Julie Shimoda, Phone: 8084749841
 
E-Mail Address
julie.m.shimoda.civ@us.navy.mil
(julie.m.shimoda.civ@us.navy.mil)
 
Description
Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii.� �The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii.� The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to perform Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii. The majority of VTE are elevators, escalators and handicapped lifts. All trouble calls, maintenance, repair, testing, and certification inspection support shall be performed by State of Hawaii licensed elevator mechanics. In addition, all elevator mechanics must have current certifications from one of the following: 1) National Elevator Industry Educational Program (NEIEP) 2) National Association of Elevator Contractors (NAEC) The Contractor shall maintain and repair all VTE systems to ensure they are safe, fully functional, and operational. The Contractor shall provide a level of service that ensures VTE equipment, with the majority in elevators, escalators and lifts, are reliable and performs as designed. The Contractor shall respond to emergency service orders within one hour of receipt of call and shall arrest the emergency within 24 hours. Recurring work includes, but is not limited to, Service Orders, Preventative Maintenance Program that complies with all requirements of AMSE A17.1 for a Maintenance Control Program, Testing, and Certification Inspection support and Emergency Generator Standby Power Test. Non-recurring work includes, but is not limited to, Unit Priced Labor Work and Material, and various testing. Procurement Method: Contracting by Negotiation.� The NAICS Code for this procurement is 238290 and the annual size standard is $22,000,000.� The contract term will be a base period of 12 months plus four one-year option periods.� The total term of the contract, including all options, will not exceed 60 months.� The Government will not synopsize the options when exercised.� The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule.� This contract will replace a contract for similar services awarded in December 2019 for $639,360.00 (recurring work) and $416,750.00 (nonrecurring work).� Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. Based on market research, including a sources notice issued on 30 April 2024 on sam.gov which included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis.� The NAVFAC Hawaii Small Business Office concurs with this decision. � Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available.� Proposals shall be submitted using the PIEE Solicitation Module.� See attached PIEE Vendor Registration Guide.� All interested offerors shall register in PIEE.� No notice of solicitation activity will be provided to interested offerors.� The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, Execution and Past Performance), and a price (or cost) proposal for evaluation by the Government.� Proposal receipt date is approximate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad6d7514dbb14991b3472ed9843d0158/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07148726-F 20240801/240730230118 (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.