DOCUMENT
J -- ELEVATOR MAINTENANCE - Attachment
- Notice Date
- 5/19/2015
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
- ZIP Code
- 32601-3460
- Solicitation Number
- VA24815Q1307
- Response Due
- 6/15/2015
- Archive Date
- 8/14/2015
- Point of Contact
- Brian Werner
- E-Mail Address
-
werner1@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA248-15-Q-1307 is being issued as a Request for Quotes (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is a 100% set-aside for Small Business Concerns under North American Industry Classification System (NAICS) code 811310 with a Small Business size standard of $7.5 million dollars. The North Florida/South Georgia VA Contracting Office has a requirement for Annual elevator service contract to include repairs, weight testing, emergency calls and monthly preventative maintenance on all elevators to include 3 hydro elevators and 21 traction elevators at the Malcolm Randall VA Medical Center in Gainesville, Florida. CLIN0001: Annual Elevator Service Fee Period of Performance 07/01/2015-06/30/2016. Unit Price_______ Total Amount__________ The North Florida/South Georgia VA Contracting Office anticipates awarding one firm-fixed price contract with a one-year period of performance. Please review the attached Performance Work Statement. The awarded contractor shall perform the following: "Weekly systematic examination of equipment. "During each maintenance visit the contractor shall clean, lubricate, adjust, repair and replace of all parts as necessary to keep the equipment in first class condition and proper working order. "Furnishing all lubricant, cleaning materials, parts, and tools necessary to perform the work required. All lubricants shall be as recommended by the manufacturer of the equipment. "Equalizing tension, shortening or renewing of hoisting ropes where necessary to insure maintenance of adequate safety factors. "When and as required, motors, controllers, relay panels, selectors, leveling devices, operating devices, switches, in car and in hoistways, hoistway door and car door or gate operating devices, interlock contacts, guide shoes, guide rails, car door sills, hangers for doors, car doors or gates, signal system, car safety devices, governors, tension and sheaves in pit shall be cleaned, lubricated and adjusted. Hoist motor brushes shall be checked for wear at least every two weeks. Accumulated carbon shall be removed from the commutator, brush rigs and windings at the same time. "Cleaning services: Guide rails, overhead sheaves and beams, counterweight frames, bottom of platforms and machine room floors shall be brushed cleaned at least once every four months. Car tops shall be cleaned monthly. All accumulated rubbish shall be removed from the pits monthly. A general cleaning of the entire installation including all machine room equipment and hoistway equipment shall be accomplished quarterly. Necessary clean supplies, vacuum cleaner, shall be furnished by the contractor. "Performance standards set forth in this specification. "The operational system shall be maintained to the standards specified hereinafter including any changes or adjustments required to meet varying conditions of hospital occupancy. "Maintain smooth starting and stopping and accurate leveling at all times. "Maintenance service shall not include the performance of any work required as a result of improper use, accidents, or negligence for which the contractor is not directly responsible. "Provide 24 hour emergency call-back service which will consist of promptly responding to calls within two hours for emergency troubles and repairs that develop between regular examinations. Overtime emergency call-back service shall be limited to minor adjustments and repairs required to protect the immediate safety of the equipment and persons in and about the elevator. Service and emergency personnel shall report to the Electrical Supervisor or COTR (Contractors Technical Representative) upon arrival at the Medical Center and again after completion of the required work. A copy of the work ticket containing a complete description of the work performed shall be given to the Electrical Supervisor or COTR (Contractors Technical Representative). The contractor shall maintain a log each elevator machine room. The log shall list the date and time of all weekly examination, troubles and emergency call-backs. Each trouble call shall be fully described including the nature of the call, necessary correction performed and parts replaced. The testing and repairs shall be in accordance with ASME A17.1-2007 and the equipment manufacturer's recommendations. The work shall be completed by a qualified technician and a written report of all findings for each device or system shall be furnished to the Electrical Supervisor and Chief Engineer. The testing described above shall be performed in a manner to eliminate disturbances to the medical center and its patients. Therefore, some testing may be required to be performed after normal working hours or on a weekend. Qualifications/Certifications The contractor shall be qualified and have the required levels of professional and technical experience to perform the work. The contractor on site and all individuals working on the project site must have taken the OSHA certified 10 hour construction safety course. Safety Regulations All applicable safety regulations shall be observed during all work of this contract. The VA safety officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Provide the necessary barricades/signage where required. Scheduling and hours of work All work in areas involved shall be scheduled with the VA Electrical Supervisor. Work shall be scheduled for proper execution to completion of this contract. Hours of work. The majority of work and maintenance can be performed during normal business hours. Although the contractor shall perform varying necessary repairs work after hours and / or during the weekends at the discretion of the VA Electrical Supervisor to eliminate disruption to the Medical Center. The 10 Holidays observed by the Federal Government are New Years Day, Presidents Day, Martin Luther King Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, or any other day specifically declared by the President of the United States to be a national holiday. Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items. The clause will be incorporated into the solicitation and shall read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors are reminded that the evaluation process is subjective despite the use of factors as outlined below. Past performance is more important than technical capability. Past performance and technical, when combined, are significantly more important that price. The following factors shall be used to evaluate offers: 1. Past Performance- To demonstrate satisfactory past performance the Offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will be evaluated as neutral on Past Performance, providing the Offeror supplies a certified statement with their offer that no past performance information is available. Neutral past performance is not negatively scored but may have a negative impact in the overall consideration for award. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror. Past Performance is the most important factor and is more important than Technical Capability. 2. Technical Capability - Technical Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statement (PWS). The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the performance work statement. Technical Capability is the second most important factor and is less important than Past Performance. 3. Price - All quotes submitted will be evaluated for Technical Capability, Past Performance, and Price. The government will issue award to the Offeror whose quote is the most advantageous to the government but not necessarily the lowest price. If all things are equal, the Offer which is most advantageous to the government may also be the lowest price determined to be reasonable IAW FAR 12.209. Offeror's are encouraged to propose their best price. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The resulting contract from this solicitation will be a firm fixed price contract. It is not the intent of the government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the government to determine Technical Capability, Past Performance or Price may result in the rejection of your quote. An award will be made on the basis of the lowest evaluated price, including options (IAW 52.212-2(b)), of proposals meeting or exceeding the acceptability standards for non-cost factors. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible Offeror whose proposal is determined to be the most advantageous in accordance with Clause 52.212-2 Evaluation -Commercial Items. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-4, 52.225-13, 52.233-3, 52.233-4, 52.217-8, and 52.217-9. The clause at FAR 52.204-7, System for Award Management, FAR 52.204-13, System for Award Management Maintenance, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, System for Award Management Alternate A, DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process acquisition. All questions must be in email form to above address and received by 16:30 on 3 June 2015. Questions from all venders will be answered on a solicitation amendment published no later than 10 June 2015. ****All offers must be received by 16:30 on 15 June 2015 via email to brian.werner1@va.gov ****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24815Q1307/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-1307 VA248-15-Q-1307_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2054576&FileName=VA248-15-Q-1307-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2054576&FileName=VA248-15-Q-1307-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-Q-1307 VA248-15-Q-1307_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2054576&FileName=VA248-15-Q-1307-000.docx)
- Place of Performance
- Address: Malcolm Randall VA Medical Center;1601 SW Archer Road;Gainesville, Florida;Alachua County
- Zip Code: 32608-1135
- Zip Code: 32608-1135
- Record
- SN03736708-W 20150521/150520000016-37ae704cbe58136b60f764affbbecc57 (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 |