Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
DOCUMENT

H -- Elevator Inspection VAMC Manchester and Togus - Attachment

Notice Date
10/26/2017
 
Notice Type
Attachment
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24118Q0021
 
Response Due
11/14/2017
 
Archive Date
12/14/2017
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24118Q0021 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as a Service Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 541350 Building Inspection Services and small business size standard is $7.5 million. (v) The Government intends to award a firm-fixed price contract for a Contractor to provide Elevator Inspection Services for the VAMC Manchester NH and Togus, ME. Please see the attached Performance Work Statement and the Price Schedule full requirement details and pricing submission. Item # Description- Base Year 11/20/2017-11/19/2018 Qty Unit Price Amount 0001 The contractor shall provide all labor, equipment, materials and supervision to complete Semi-annual Elevator Inspections at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 0002 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 0003 The contractor shall provide all labor, equipment, materials and supervision to complete CAT 5 Testing at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) November 2017 1 EA 0004 The contractor shall provide all labor, equipment, materials and supervision to complete Elevator Inspections to include CAT 5 at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) POP 12/01/2017-11/19/2018 1 JB 0005 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) POP 12/01/2017-11/19/2018 1 JB TOTAL Item # Description- Base Year 11/20/2018-11/19/2019 Qty Unit Price Amount 1001 The contractor shall provide all labor, equipment, materials and supervision to complete Semi-annual Elevator Inspections at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 1002 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 1003 The contractor shall provide all labor, equipment, materials and supervision to complete Elevator Inspections at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 1004 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB TOTAL Item # Description- Base Year 11/20/2019-11/19/2020 Qty Unit Price Amount 2001 The contractor shall provide all labor, equipment, materials and supervision to complete Semi-annual Elevator Inspections at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 2002 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 2003 The contractor shall provide all labor, equipment, materials and supervision to complete Elevator Inspections at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 2004 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB TOTAL Item # Description- Base Year 11/20/2020-11/19/2021 Qty Unit Price Amount 3001 The contractor shall provide all labor, equipment, materials and supervision to complete Semi-annual Elevator Inspections at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 3002 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 3003 The contractor shall provide all labor, equipment, materials and supervision to complete Elevator Inspections at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 3004 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB TOTAL Item # Description- Base Year 11/20/2021-11/19/2022 Qty Unit Price Amount 4001 The contractor shall provide all labor, equipment, materials and supervision to complete Semi-annual Elevator Inspections at the VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 2 EA 4002 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Manchester in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 4003 The contractor shall provide all labor, equipment, materials and supervision to complete Elevator Inspections at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB 4004 The contractor shall provide all labor, equipment, materials and supervision to complete to re-inspect elevators as needed at VAMC Togus in accordance with the attached Performance Work Statement. (Includes all travel costs) 1 JB TOTAL TOTAL (vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to complete all Elevator Inspections at the VAMC Manchester, NH and Togus, ME in accordance with the attached Performance Work Statement. (vii) The Place of Performance is the VAMC Manchester, 718 Smyth Road, Manchester NH 03104 and VAMC Togus, 1 VA Center, Augusta, ME 04330. The period of performance is 11/20/2017-11/19/2018 for Manchester and 12/01/2017 - 11/19/2017 for Togus with four option years. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990); (ix) 52.212-2 EVALUATION COMMERCIAL ITEMS (Oct 2014) Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it is in the best interest of the Government and will not delay our purchase. (2) Quotes may be submitted electronically via email to Tammy.Davis6@va.gov. (3) Quote Format: The submission should be clearly indexed in accordance with the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. The Contractor shall include its company name, address, DUNS and Cage Code. (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 11/02/2017 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the quoter with the lowest price. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.   Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate its corporate experience to meet all requirements stated in the Performance Work Statement (PWS). The contractor shall submit the applicable license required to perform the work. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort and its experience to meet all requirements in the PWS. License must be provided for any subcontractor. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. A written notice of award, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years and six (6) months. 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10; 52.209-6; 52.219-28, 52.222-3, 52.222-21, 52.222-26; 52.222-36; 52.222-50, 52.223-18, 52.225-13, 52.232-33, 552.222-17; 2.222-41, 52.222-42, 52.222-43; 52.222-55; 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 11/14/2017 at 12:00 PM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov). PERFORMANCE WORK STATEMENT Elevator Inspections VAMC Manchester NH and Togus, ME 1. GENERAL: This is a non-personnel services contract to provide Elevator Inspection Services. The Veterans Affairs shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Veterans Affairs. 1.1 Inspections shall be performed Monday-Friday, between the hours of 7am to 5:30pm, any inspections required by the facility to happen outside of these hours so that patient services will not be interrupted will be included as a modification to the contract. 1.1.1 Recognized Holidays: The contractor is not required to perform services on holidays. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.2. The Contractor shall wear visible identification at all times while on the premises of the VAMC. 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 VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. 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. 2. SCOPE OF WORK: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, and supervision necessary to perform elevator inspection services at the Manchester VAMC, 718 Smyth Road, Manchester, NH 03104 and Togus VA Medical Center, located at 1 VA Center, Augusta, ME 04330. Five Year Weight Tests shall be performed during the base year for both locations. 2.1 Inspections/CAT 5 testing shall be performed in accordance with the guideline of ASME A17-Safety Code for Elevators and Escalator, ASME A17.1, ASME A17.2, NFPA 101-Life Safety Code, NFPA 99-Healthcare Facilities Code, IBC, and any national and state laws regulating these safety inspections. 2.2 Qualifications: 2.2.1 The Contractor shall be "Fully Qualified" (FSE), which is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment identified in the Section B schedule. 2.2.2 The FSEs shall be authorized by the Contractor to perform the inspection services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. 2.2.3 If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. 2.3 Contractor shall submit all safety plans, to include, equipment specific Lock-Out Tag-Out procedures, Electrical Safety, and MSDS for any chemicals used, for approval prior to working at the Medical Center 2.4 Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. 2.5 The list of elevators for Manchester and Togus is attached which includes passenger and freight Elevators. (See Attachment 1 Elevator Inventory) 2.6 Manchester VAMC 2.6.1 Inspections and certifications shall be performed semi-annually. The first inspection is to be made in March and the second in September. Contractor must coordinate visit with COR, 2.6.2 Five (5) Year Weight Test shall be performed in November 2017. 2.7 Togus VAMC 2.7.1 The contractor shall provide annual elevator inspection at the Togus VA medical Center. The VAMC will coordinate the inspections with the facility s elevator maintenance and repair contractor who will be present and perform the required tasks for the elevator inspections. 2.7.2 CAT 5 Testing shall be performed during the base year in 2018. 2.8 Documentation and Reports: 2.8.1 The contractor must submit the preliminary report to the COR, designee, or Engineering Program Assistant at the time of departure. 2.8.2 The final documentation report shall be on the most current version of VAFORM 10-6166 and will include: Equipment description. General condition of each item inspected. Detailed descriptions of the findings of the inspection and certification procedures performed and recommendations for deficiency abatement. Pass/Fail grade for Five (5) Year Weight Test of each elevator. Such documentation shall meet the guidelines as set forth in section 2 above. 2.8.3 The contractor shall provide a written report detailing any deficiencies found during the inspections, the contractor shall notify the COR of any deficiencies found that require the elevator to be taken out of service immediately. If the deficiency can be corrected by the elevator maintenance contractor while the inspection contractor is still on site during the inspection period, then the deficiency will be re-inspected. 2.9. Any elevator deficiencies that cannot be corrected during the inspection period, the inspection company we be required to return to the site and re-inspect once the repairs have been made. Re-inspection fees, travel costs, and expenses shall be included. 2.10 The contractor shall provide certificates for each elevator. The certificate shall be sized to fit in the elevator certification frame. 3.0 ARRIVAL (CHECK-IN/CHECK-OUT) REQUIREMENTS: 3.1 The Contractor shall be required to report to Engineering Service to log in. This check in/check out is mandatory. Upon check in, ALL members of Contractor group must sign out a CONTRACTOR badge. 3.2 When the service is completed, the contractor shall document services rendered. The contractor shall be required to log out with Engineering, turn in CONTRACTOR badge and submit the preliminary report to the COR, designee, or Engineering Program Assistant at the time of departure. 3.3 Work sites shall be left in the same manner of cleanliness and order in which they were found. Contractor will provide their own waste disposal, if any. 4.0 ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during or after normal hours of coverage) awaiting the arrival of additional contractor personnel and/or delivery of parts. 5. PERFORMANCE REQUIREMENT SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. The contractor shall provide annual testing and certification The contractor provides testing and certification in accordance with ASME A17.1, ASME A17.2, IBC, National and State laws regulating these safety inspections Zero deviation from Standard Periodic Surveillance Attachment 1 Manchester VAMC Equipment/ Local ID: Make: Type: Rated Capacity: Location: Passenger Elevator/ P-1 G.A.L. Geared Traction 4000lb Building 1 Passenger Elevator/ P-2 G.A.L. Geared Traction 4000lb Building 1 Service Elevator/ S-3 G.A.L. Geared Traction 5000lb Building 1 Passenger Elevator/ CLC P-1 Atlas Hydraulic 4000lb Building 15 Passenger Elevator/ CLC P-2 Atlas Hydraulic 4000lb Building 15 VA TOGUS Maine Elevator Listing Location Type Manufacturer Identifier B209 Freight OTIS SER. #8BE3609 B202 Freight OTIS SER. #127686 B204 Freight OTIS SER. #224752 B200E Freight Dumbwaiter D.A. MA SER. #20803, #1 B200E Freight Dumbwaiter D.A. MA SER. #20804, #2 B200E Freight Dumbwaiter D.A. MA SER. #20805, #3 B205 #1 Passenger OTIS SER. #LRVF-330615 B205 #2 Passenger OTIS SER. #LRVF-320614 B206 #1 Passenger OTIS SER. #LRVF-750624 B206 #2 Passenger OTIS SER. # LRVF-760624 B209 #1 Passenger OTIS SER # 211 14440615 B203 #1 Passenger ATLAS Job # ESI-85493 B200 #1 Passenger DOVER Contract # B-H0433 B200 #2 Passenger DOVER Contract # B-H0434 B200 #3 Passenger DOVER Contract # B-H0435 B207 #1 Passenger DOVER Contract # B-H0431 B207 #2 Passenger DOVER Contract # B-H0432 B200E #4 Passenger DOVER SER. #CA8201 B200E #5 Passenger DOVER SER. #CA8202 B200E #6 Passenger DOVER SER. #CA8203 B248 #1 Passenger OTIS SER. #270253 B248 #2 Passenger OTIS SER. #270254
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q0021/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0021 36C24118Q0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873893&FileName=36C24118Q0021-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873893&FileName=36C24118Q0021-000.docx

 
File Name: 36C24118Q0021 6166 TEMPLET.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873894&FileName=36C24118Q0021-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873894&FileName=36C24118Q0021-001.doc

 
File Name: 36C24118Q0021 WD 85-1226 (Rev.-40).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873895&FileName=36C24118Q0021-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873895&FileName=36C24118Q0021-002.pdf

 
File Name: 36C24118Q0021 Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873896&FileName=36C24118Q0021-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3873896&FileName=36C24118Q0021-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04724145-W 20171028/171026231152-8cb54c322e5030ec03259ba71a68175e (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 |
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.