DOCUMENT
J -- Removal and replacement of the elevator jack for building 7 elevator P2 - Attachment
- Notice Date
- 11/6/2017
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24218N9077
- Response Due
- 11/17/2017
- Archive Date
- 1/16/2018
- Point of Contact
- MURRAY, ANTHONY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about Replacing Elevator Jack for building 7 elevator P2 including new PVC liner and disposal of old oil and jack at the VA New Jersey Health Care System 151 Knollcroft Rd. LYONS, NEW JERSEY 07939. The VA is seeking to provide for this requirement within 30 days of the award of the contract. The NAICS code identified for this requirement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Description/Specifications Statement of Work GENERAL INFORMATION Title of Project: Removal and replacement of the elevator jack for building 7 elevator P2 including new PVC liner and disposal of old oil and jack. Background: Required for proper vertical transportation of Patients, staff, and supplies to all floors in this building. Scope of Work: The Vendor will provide all labor, materials, equipment, tools, supplies, and supervision to complete installation of elevator jack. Located at VANJHCS, Lyons Campus, 151 Knollcroft Rd. Lyons, New Jersey 07939; Building 7. Performance Period: Working hours are from 7:30am-4:00pm Monday-Friday except on Federal Holidays. A schedule will be set upon contract award by the COR, and is expected to be completed within 30 days of notice of award. GENERAL REQUIREMENTS Contractor Shall: Provide all necessary labor and materials to remove old elevator jack, prep site and install new elevator jack. Contractor shall: Raise elevator car to second floor and clamp any other devices to secure car safely in position. Remove existing elevator jack, liner, and any and all contaminated sand in the liner as per any and all local, state, and or federal codes. Install new elevator jack, including PVC Liner, and sand. Inspection of work and complete operation of elevator and all related systems including but not limited to proper levels of all fluids, safety equipment, brakes, locks, door operators, etc. will be conducted by VA COR or COR appointed personnel. No invoices will be processed in absence of this review. Review is to be conducted prior to contractor personnel leaving the facility. Upon completion ensure that all debris is cleaned up and removed from VA premises by FINAL. Final inspection and approval from COR is required. All work will be performed in accordance with latest edition of Federal, State, Local applicable codes as well as Occupational, Safety and Health Administration (OSHA) Standards. Lock Out, Tag Out (LOTO) Procedures will be strictly adhered as per all local, state, and federal codes. Any use of welders, cutting torches or related equipment for removal and or installation will require a burn permit from the Fire Department. Contractor shall verify all dimensions and conditions in the field. Discrepancies between actual conditions or specification shall be reported to the (COR) in writing for clarification. Work shall not proceed until such clarification has been received. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Provide a list of all workers, with a copy of their driver s license or other acceptable picture ID. Provide all employees a laminated copy of a picture ID with a lanyard or acceptable clip device, ID must be worn in a visible location at all times while on campus. Provide a copy of 30 hour OSHA safety course certification. Ensure an OSHA competent person is on-site for all aspects of the project. Contractor will be required to comply with OSHA safety standards including lock-out-tag-out procedures. Contractor will remove any debris from area daily. All equipment and materials will be warranted for a period no less than 1 year upon full completion and acceptance of work. SCHEDULE FOR DELIVERABLES CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. REPORTING REQUIREMENTS N/A TRAVEL [if applicable] N/A GOVERNMENT RESPONSIBILITIES [if applicable] N/A CONTRACTOR EXPERIENCE REQUIREMENTS All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. All work performed shall be first class in accordance with good manufacturing practices. CONFIDENTIALITY AND NON DISCLOSURE IT IS AGREED THAT: The preliminary and final deliverables, all associated working papers, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft, deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released to the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. CONTRACTOR PERSONNEL SCEURITY REQUIREMENTS N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218N9077/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218N9077 36C24218N9077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892757&FileName=36C24218N9077-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892757&FileName=36C24218N9077-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218N9077 36C24218N9077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892757&FileName=36C24218N9077-000.docx)
- Place of Performance
- Address: VA New Jersey Health Care System;151 Knollcroft Rd.;LYONS, NJ
- Zip Code: 07939
- Zip Code: 07939
- Record
- SN04732676-W 20171108/171106231151-14d07f611b7da0565c7b09d3ee1ba603 (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 |