Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
DOCUMENT

J -- ELEVATOR MAINTENANCE AND REPAIR SERVICE SITE VISIT WILL BE HELD 16 APR 2018 @ 10:30 AM CENTRAL TIME TUSCALOOSA VA MEDICAL CENTER 3701 Loop Rd | Building 5, Room 210 | Tuscaloosa, AL 35404 - Attachment

Notice Date
4/9/2018
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
36C24718Q0428
 
Response Due
4/20/2018
 
Archive Date
5/20/2018
 
Point of Contact
Evonne A Huggins
 
E-Mail Address
1-6111<br
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for Preventative & Reparative Elevator Maintenance 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. A firm-fixed price is anticipated. (ii) The solicitation number is VA247-17-Q-0678 and 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 2005-97 (iv) This solicitation is 100% Set Aside for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 238290 has a small business size standard of $15M (v) Contract Line Item Numbers (CLINs): This is a complete service contract for Preventive Maintenance and repair for the proper functioning of the elevator and dumbwaiter systems at the Department of Veterans Affairs Medical Center (DVAMC) Tuscaloosa, Alabama. This contract is for a base year and 4 option years to cover the vertical hoists as listed, for each of the years. Contractor will provide at contractor s expense all tools, materials, supplies, equipment and labor to perform the work. TOTAL PRICING FOR BASE YEAR: $ _______________________________________ TOTAL PRICING FOR OPTIONAL YEAR 1: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 2: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 3: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 4: $ _________________________________ CLIN Location, Levels Capacity Elevator No. Type Make Unit Price Qty Unit of Issue Extended Price 0001 Bldg 1, 5 levels 3000 lb P1 Passenger, Traction Armor 12 Months 0002 Bldg 1, 5 levels 3000 lb P2 Passenger, Traction Armor 12 Months 0003 Bldg 1, 4 levels 3500 lb S5 Passenger, Traction Montgomery 12 Months 0004 Bldg 2, 3 levels 3000 lb P3 Passenger, Traction Armor 12 Months 0005 Bldg 3, 3 levels 2000 lb P4 Passenger, Traction Gemco 12 Months 0006 Bldg 3, 2 levels 3000 lb P8 Passenger, Traction Beeco 12 Months 0007 Bldg 5, 3 levels 3000 lb P13 Passenger, Hydraulic Esco 12 Months 0008 Bldg 38, 4 levels 5500 lb P6 Passenger, Hydraulic Montgomery 12 Months 0009 Bldg 38, 3 levels 5500 lb P7 Passenger, Hydraulic Montgomery 12 Months 0010 Bldg 38, 2 levels 4000 lb S11 Service, Hydraulic Montgomery 12 Months 0011 Bldg 39, 3 levels 3000 lb P9 Passenger, Hydraulic Bagby 12 Months 0012 Bldg 40, 3 levels 3000 lb P16 Passenger, Traction Armor 12 Months 0013 Bldg 63, 2 levels 4000 lb P10 Passenger, Hydraulic Southeastern 12 Months 0014 Bldg 135, 3 levels 3500 lb P14 Passenger, Hydraulic Montgomery 12 Months 0015 Bldg 135, 3 levels 3500 lb P15 Passenger, Hydraulic Montgomery 12 Months 0016 Bldg 137, 4 levels 4000 lb P17 Passenger, Hydraulic Bagby 12 Months 0017 Bldg 137, 4 levels 4000 lb P18 Passenger, Hydraulic Bagby 12 Months 0018 Bldg 137, 4 levels 4000 lb P19 Passenger, Hydraulic Bagby 12 Months 0019 Bldg 137, 5 levels 6000 lb S20 Service, Hydraulic Bagby 12 Months 0020 Bldg 137, 4 levels 6000 lb S21 Service, Hydraulic Bagby 12 Months 0021 Bldg 145, 2 levels 5000 lb P22 Passenger, Hydraulic Schindler 12 Months 0022 Bldg 135, 2 levels 200 lb DW102 Traction D. A. Matot 12 Months 0023 Bldg 135, 2 levels 200 lb DW103 Traction D. A. Matot 12 Months Period of Performance | TOTAL BASE YEAR VALUE CLIN Location, Levels Capacity Elevator No. Type Make Unit Price Qty Unit of Issue Extended Price 1001 Bldg 1, 5 levels 3000 lb P1 Passenger, Traction Armor 12 Months 1002 Bldg 1, 5 levels 3000 lb P2 Passenger, Traction Armor 12 Months 1003 Bldg 1, 4 levels 3500 lb S5 Passenger, Traction Montgomery 12 Months 1004 Bldg 2, 3 levels 3000 lb P3 Passenger, Traction Armor 12 Months 1005 Bldg 3, 3 levels 2000 lb P4 Passenger, Traction Gemco 12 Months 1006 Bldg 3, 2 levels 3000 lb P8 Passenger, Traction Beeco 12 Months 1007 Bldg 5, 3 levels 3000 lb P13 Passenger, Hydraulic Esco 12 Months 1008 Bldg 38, 4 levels 5500 lb P6 Passenger, Hydraulic Montgomery 12 Months 1009 Bldg 38, 3 levels 5500 lb P7 Passenger, Hydraulic Montgomery 12 Months 1010 Bldg 38, 2 levels 4000 lb S11 Service, Hydraulic Montgomery 12 Months 1011 Bldg 39, 3 levels 3000 lb P9 Passenger, Hydraulic Bagby 12 Months 1012 Bldg 40, 3 levels 3000 lb P16 Passenger, Traction Armor 12 Months 1013 Bldg 63, 2 levels 4000 lb P10 Passenger, Hydraulic Southeastern 12 Months 1014 Bldg 135, 3 levels 3500 lb P14 Passenger, Hydraulic Montgomery 12 Months 1015 Bldg 135, 3 levels 3500 lb P15 Passenger, Hydraulic Montgomery 12 Months 1016 Bldg 137, 4 levels 4000 lb P17 Passenger, Hydraulic Bagby 12 Months 1017 Bldg 137, 4 levels 4000 lb P18 Passenger, Hydraulic Bagby 12 Months 1018 Bldg 137, 4 levels 4000 lb P19 Passenger, Hydraulic Bagby 12 Months 1019 Bldg 137, 5 levels 6000 lb S20 Service, Hydraulic Bagby 12 Months 1020 Bldg 137, 4 levels 6000 lb S21 Service, Hydraulic Bagby 12 Months 1021 Bldg 145, 2 levels 5000 lb P22 Passenger, Hydraulic Schindler 12 Months 1022 Bldg 135, 2 levels 200 lb DW102 Traction D. A. Matot 12 Months 1023 Bldg 135, 2 levels 200 lb DW103 Traction D. A. Matot 12 Months Period of Performance | TOTAL OPTION YEAR 1 VALUE CLIN Location, Levels Capacity Elevator No. Type Make Unit Price Qty Unit of Issue Extended Price 2001 Bldg 1, 5 levels 3000 lb P1 Passenger, Traction Armor 12 Months 2002 Bldg 1, 5 levels 3000 lb P2 Passenger, Traction Armor 12 Months 2003 Bldg 1, 4 levels 3500 lb S5 Passenger, Traction Montgomery 12 Months 2004 Bldg 2, 3 levels 3000 lb P3 Passenger, Traction Armor 12 Months 2005 Bldg 3, 3 levels 2000 lb P4 Passenger, Traction Gemco 12 Months 2006 Bldg 3, 2 levels 3000 lb P8 Passenger, Traction Beeco 12 Months 2007 Bldg 5, 3 levels 3000 lb P13 Passenger, Hydraulic Esco 12 Months 2008 Bldg 38, 4 levels 5500 lb P6 Passenger, Hydraulic Montgomery 12 Months 2009 Bldg 38, 3 levels 5500 lb P7 Passenger, Hydraulic Montgomery 12 Months 2010 Bldg 38, 2 levels 4000 lb S11 Service, Hydraulic Montgomery 12 Months 2011 Bldg 39, 3 levels 3000 lb P9 Passenger, Hydraulic Bagby 12 Months 2012 Bldg 40, 3 levels 3000 lb P16 Passenger, Traction Armor 12 Months 2013 Bldg 63, 2 levels 4000 lb P10 Passenger, Hydraulic Southeastern 12 Months 2014 Bldg 135, 3 levels 3500 lb P14 Passenger, Hydraulic Montgomery 12 Months 2015 Bldg 135, 3 levels 3500 lb P15 Passenger, Hydraulic Montgomery 12 Months 2016 Bldg 137, 4 levels 4000 lb P17 Passenger, Hydraulic Bagby 12 Months 2017 Bldg 137, 4 levels 4000 lb P18 Passenger, Hydraulic Bagby 12 Months 2018 Bldg 137, 4 levels 4000 lb P19 Passenger, Hydraulic Bagby 12 Months 2019 Bldg 137, 5 levels 6000 lb S20 Service, Hydraulic Bagby 12 Months 2020 Bldg 137, 4 levels 6000 lb S21 Service, Hydraulic Bagby 12 Months 2021 Bldg 145, 2 levels 5000 lb P22 Passenger, Hydraulic Schindler 12 Months 2022 Bldg 135, 2 levels 200 lb DW102 Traction D. A. Matot 12 Months 2023 Bldg 135, 2 levels 200 lb DW103 Traction D. A. Matot 12 Months Period of Performance | TOTAL OPTION YEAR 2 VALUE CLIN Location, Levels Capacity Elevator No. Type Make Unit Price Qty Unit of Issue Extended Price 3001 Bldg 1, 5 levels 3000 lb P1 Passenger, Traction Armor 12 Months 3002 Bldg 1, 5 levels 3000 lb P2 Passenger, Traction Armor 12 Months 3003 Bldg 1, 4 levels 3500 lb S5 Passenger, Traction Montgomery 12 Months 3004 Bldg 2, 3 levels 3000 lb P3 Passenger, Traction Armor 12 Months 3005 Bldg 3, 3 levels 2000 lb P4 Passenger, Traction Gemco 12 Months 3006 Bldg 3, 2 levels 3000 lb P8 Passenger, Traction Beeco 12 Months 3007 Bldg 5, 3 levels 3000 lb P13 Passenger, Hydraulic Esco 12 Months 3008 Bldg 38, 4 levels 5500 lb P6 Passenger, Hydraulic Montgomery 12 Months 3009 Bldg 38, 3 levels 5500 lb P7 Passenger, Hydraulic Montgomery 12 Months 3010 Bldg 38, 2 levels 4000 lb S11 Service, Hydraulic Montgomery 12 Months 3011 Bldg 39, 3 levels 3000 lb P9 Passenger, Hydraulic Bagby 12 Months 3012 Bldg 40, 3 levels 3000 lb P16 Passenger, Traction Armor 12 Months 3013 Bldg 63, 2 levels 4000 lb P10 Passenger, Hydraulic Southeastern 12 Months 3014 Bldg 135, 3 levels 3500 lb P14 Passenger, Hydraulic Montgomery 12 Months 3015 Bldg 135, 3 levels 3500 lb P15 Passenger, Hydraulic Montgomery 12 Months 3016 Bldg 137, 4 levels 4000 lb P17 Passenger, Hydraulic Bagby 12 Months 3017 Bldg 137, 4 levels 4000 lb P18 Passenger, Hydraulic Bagby 12 Months 3018 Bldg 137, 4 levels 4000 lb P19 Passenger, Hydraulic Bagby 12 Months 3019 Bldg 137, 5 levels 6000 lb S20 Service, Hydraulic Bagby 12 Months 3020 Bldg 137, 4 levels 6000 lb S21 Service, Hydraulic Bagby 12 Months 3021 Bldg 145, 2 levels 5000 lb P22 Passenger, Hydraulic Schindler 12 Months 3022 Bldg 135, 2 levels 200 lb DW102 Traction D. A. Matot 12 Months 3023 Bldg 135, 2 levels 200 lb DW103 Traction D. A. Matot 12 Months Period of Performance | TOTAL OPTION YEAR 3 VALUE CLIN Location, Levels Capacity Elevator No. Type Make Unit Price Qty Unit of Issue Extended Price 4001 Bldg 1, 5 levels 3000 lb P1 Passenger, Traction Armor 12 Months 4002 Bldg 1, 5 levels 3000 lb P2 Passenger, Traction Armor 12 Months 4003 Bldg 1, 4 levels 3500 lb S5 Passenger, Traction Montgomery 12 Months 4004 Bldg 2, 3 levels 3000 lb P3 Passenger, Traction Armor 12 Months 4005 Bldg 3, 3 levels 2000 lb P4 Passenger, Traction Gemco 12 Months 4006 Bldg 3, 2 levels 3000 lb P8 Passenger, Traction Beeco 12 Months 4007 Bldg 5, 3 levels 3000 lb P13 Passenger, Hydraulic Esco 12 Months 4008 Bldg 38, 4 levels 5500 lb P6 Passenger, Hydraulic Montgomery 12 Months 4009 Bldg 38, 3 levels 5500 lb P7 Passenger, Hydraulic Montgomery 12 Months 4010 Bldg 38, 2 levels 4000 lb S11 Service, Hydraulic Montgomery 12 Months 4011 Bldg 39, 3 levels 3000 lb P9 Passenger, Hydraulic Bagby 12 Months 4012 Bldg 40, 3 levels 3000 lb P16 Passenger, Traction Armor 12 Months 4013 Bldg 63, 2 levels 4000 lb P10 Passenger, Hydraulic Southeastern 12 Months 4014 Bldg 135, 3 levels 3500 lb P14 Passenger, Hydraulic Montgomery 12 Months 4015 Bldg 135, 3 levels 3500 lb P15 Passenger, Hydraulic Montgomery 12 Months 4016 Bldg 137, 4 levels 4000 lb P17 Passenger, Hydraulic Bagby 12 Months 4017 Bldg 137, 4 levels 4000 lb P18 Passenger, Hydraulic Bagby 12 Months 4018 Bldg 137, 4 levels 4000 lb P19 Passenger, Hydraulic Bagby 12 Months 4019 Bldg 137, 5 levels 6000 lb S20 Service, Hydraulic Bagby 12 Months 4020 Bldg 137, 4 levels 6000 lb S21 Service, Hydraulic Bagby 12 Months 4021 Bldg 145, 2 levels 5000 lb P22 Passenger, Hydraulic Schindler 12 Months 4022 Bldg 135, 2 levels 200 lb DW102 Traction D. A. Matot 12 Months 4023 Bldg 135, 2 levels 200 lb DW103 Traction D. A. Matot 12 Months Period of Performance | TOTAL OPTION YEAR 4 VALUE STATEMENT OF WORK ELEVATOR MAINTENANCE AND REPAIR TUSCALOOSA VAMC General Scope of Work: This is a complete service contract for Preventive Maintenance and repair for the proper functioning of the elevator and dumbwaiter systems at the Department of Veterans Affairs Medical Center (DVAMC) Tuscaloosa, Alabama. This contract is for a base year and 4 option years to cover the vertical hoists as listed, for each of the years. Contractor will provide at contractor s expense all tools, materials, supplies, equipment and labor to perform the work. 1     PREVENTIVE MAINTENANCE & REPAIR: The contractor shall provide all supervision, labor, equipment and supplies necessary to perform monthly preventive maintenance (PM) and repair at the Tuscaloosa VA Medical Center (679). Preventive maintenance to be scheduled at least three (3) days in advance with the Contracting Officer Representative (COR) and to be performed within the first five (5) working days of each month. Preventive maintenance shall be performed in accordance with manufacturer s instructions and comply with the most current OSHA, ASME 17.1 8.6 guides and all applicable codes for the Preventive Maintenance, Repair and safety of elevators and dumbwaiters and will include the following: Visual inspections; Calibration checks; Cleaning and lubrication; Electrical checks; and Performance checks 5 year load test (option year 4) Annual elevator inspection, via 3rd party Elevators with fire fighters emergency operations are tested monthly with completion dates and results documented. 2     REPORTING:  Upon arriving at the VAMC Tuscaloosa to perform services, the contractor s personnel shall report to the Boiler Plant to obtain keys and shall indicate check-in and check-out times and sign on the VA furnished register that is maintained in the Boiler Plant. If during normal business hours, the elevator technician shall notify the Program Analyst that they are on station and what areas they will be working. Upon completion of the services, the contractor shall furnish a written report of services performed. Such reports shall advise of any repairs or repair parts, including costs, not required to be furnished under the contract that are necessary to maintain the equipment in a safe and reliable operating condition. The written report must be signed by the Boiler Plant operator, Program Analyst or their designee before leaving the facility. NOTE:   Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Program Analyst as required above. 3     PERFORMANCE:   The Contractor must respond to service calls within two (2) hours of notification and be on-station within (8) hours. All work must be performed by competent personnel who are experienced and qualified to work on the specific equipment.   All work performed shall be accomplished in accordance with the manufacturer's instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in operating condition.   Contractor's maintenance of the equipment must satisfy all requirements as set forth by NFPA. OSHA, ASME and The Joint Commission (TJC). 4 HOURS OF WORK: Work required in the performance of the contract shall be performed during the hours of 8:00 AM - 4:30 PM, Monday - Friday, excluding federal holidays. Contract shall also include after hour call backs, emergency repairs and entrapments. The contractor shall provide prompt emergency call back service at any hour of any day of the week. 5    FAILING TO RESPOND:   Failure to respond to intervening service calls within two (2) hours after notification by the Contracting Officer Representative, a deduction of 1/90th of the quarterly rate will be taken for each day a machine is inoperable.   Furthermore, failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. 6   SAFETY STANDARDS:   The contractor shall perform electrical safety measurements on all equipment under this contract after all work has been completed for each visit.   The standards to be used are those of the Department of Veterans Affairs(DVAMC), DM&S Supplement MP-3, "Supplement to DVAMC Engineering", Chapter 2, Appendix 2C, Change 4, 11/4/83, "Leakage Current Limits".   A copy of these standards will be provided by the DVAMC Mechanical unit Engineering Section upon request.   These standards are strictly enforced.   Any equipment not meeting the minimum of these standards shall be considered "inoperable" until such time as it "passes" the minimum standards.   All equipment will be subject to inspection by VA Engineering Section personnel to verify compliance with these standards. 7 ADDITIONAL SERVICES:   The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date.   All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records.   Services also include recording all routine work, corrections and repair work in the equipment log. 8  AUTHORIZED SERVICES:   The only services authorized under this contract are routine repairs and preventative maintenance checks and services. Routine repairs are defined as those repairs caused by normal wear and tear. Services not covered under this contract shall be paid under a separate purchase order based on the rates quoted in the contract.   Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work.   If appropriate, the Contracting Officer may authorize the additional services or repairs under a separate purchase authorization.   Contractor is cautioned that only the Contracting Officer may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. (a) Emergency Service Calls: Service calls will be classified as emergency at the discretion of the COR. Generally calls will be classified as emergency when system failures constitute a danger to personnel, threaten to damage property, or threaten to disrupt activity, operations, training missions or elevators only in in-patient care areas. Examples include personnel trapped inside an elevator, a fire or electrical defect which could cause fire or shock. The Contractor shall provide a mechanic at the site and on the job ready to service the elevator or dumbwaiter within TWO (2) hours of receiving the call, 24 hours a day, 7 days a week. After beginning work, the Contractor shall work continuously until the work is complete for each location. (b) Routine Service Calls: Service calls will be classified as routine when the work does not qualify as an emergency call. The Contractor shall respond to and begin work on routine service calls within 24 hours after receipt of the call. If the call is received on Friday the contractor shall respond by the same time on Monday. Routine service work shall normally be performed during the Government s regular work hours of 8:00 AM - 4:30 PM unless prior approval is received from the COR. After procuring parts, the Contractor shall work continuously during regular hours until the repair is completed. 9     RECONDITIONING:   Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer Representative is not included in this contract and the Government reserves the right to obtain such services from other than the listed Contractor. 10   DISCONTINUANCE OF SERVICE:   The Government reserves the right to terminate service on a particular machine meeting replacement criteria upon thirty (30) days written notice to the Contractor with payment to be prorated. 11   SUBCONTRACTING:   Due to the complexity of the services required herein, subcontracting will not be permitted without prior written approval by the Contracting Officer. 12   PARTS:    (a)   Only new, standard parts shall be furnished by the Contractor.   All parts shall be of current manufacture and have versatility with presently installed equipment.                          (b)  All newly installed replacement parts become the property of the Government.   Replaced parts are to be disposed of by the Contractor after obtaining approval from the Contracting Officer Representative. 13   TEST EQUIPMENT: The DVAMC will not furnish parts and/or test equipment for the performance of this contract.   It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. 14  PERFORMANCE CONFERENCE:   If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. 15   HAZARD COMMUNICATION STATEMENT:           1. As a vendor, supplier, and/or contractor under contract to the DVAMC for the purpose delineated in the subject contract, you should be aware of this facility's hazard communication program.   By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use.   Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Research Service.           2.   It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work.   This shall include the Contractor introducing himself to the exposure zone supervisor.   The Contractor may obtain from the exposure zone supervisor the nature of the on-going DVAMC work and the type of chemicals used.   In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheet (MSDS) pertaining to hazardous chemicals in the exposure zone.           3.   It is also the responsibility of each Contractor to meet certain criteria.           These include: Prior to the beginning of any contract, provide the Contracting Officer Representative (COR) with a complete list of all chemicals to be used by the Contractor on the facility s premises.   Appropriate MSDS s shall accompany the list of chemicals.   The COR shall forward a copy of this list and the MSDS s to the DVAMC Industrial Hygienist (001-S). The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the DVAMC premises.   MSDS shall be maintained by the senior representative of the Contractor at this facility. Protective equipment for Contractor personnel shall be the Responsibility of the Contractor. d.   All other DVA, EPA and OSHA regulations shall apply as appropriate. 16 INDICATOR LIGHTS: Contractor shall replace indicator lights inside cars and on each floor. 17 EMERGENCY CALL SYSTEM: Contractor shall insure all emergency call systems in the elevators are in proper working condition. 18     CONTRACTOR SUBMITTALS:   Within fifteen calendar days after award date, but no later than performance of the first servicing of equipment, Contractor will furnish to the Contracting Officer two (2) copies of its preventive maintenance procedures manual that will be used during the preventive maintenance services of this contract.   These manuals are required by the Government as a condition of the facility's TJC accreditation and must be received before any invoice can be certified for payment. (vi) Requirements of Service Provider: Must be certified/licensed by the State of Alabama (vii) Period of Performance (anticipated) Base Year - 1 Jun 2018 30 May 2019 Optional Year 1 - 1 Jun 2019 30 May 2020 Optional Year 2 - 1 Jun 2020 30 May 2021 Optional Year 3 1 Jun 2021 30 May 2022 Optional Year 4 1 Jun 2022 30 May 2023 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following instructions are added as addenda: INSTRUCTIONS TO QUOTERS: Offerors are required to submit sufficient evidence of adequate equipment, facilities, personnel and experience to establish themselves as being able to perform the services required under the statement of work. Failure to submit any of the required documents will result in your quote being considered materially deficient. Offerors shall fill out pricing total by year AND per elevation in the spaces provided above. Quote shall include at a copy of State Elevator Mechanic & Contractor license. Quote shall include submit up to two pages of information describing work experience & familiarity with Alabama building codes and ordnances. Quote shall include number of regular, full-time personnel employed. Quote may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service, period of performance and description of services rendered. References shall only be of similar scope and size to this solicitation. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed price contract resulting from this solicitation. (End of Provision) 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Department of Veterans Affairs Network Contracting Office 7 2008 Weems Road Tucker, GA 30084 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor. (End of Provision) (End of Addenda to 52.212-1) (ix) In accordance with FAR 13.106-1(a)(2), award will be made to the offeror whose offer the best overall value to the government, considering price, experience & past performance. ** Please view instructions to offerors ** (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: IL 001AL-11-15 LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation willinclude 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. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (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 7 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 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 5 years. (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 ALABAMA. 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) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (C$END-OF-CLAUSE) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-18 Availability of Funds (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 23210: Elevator Repairer WG-10: $23.79/hr + $8.67/hr fringe 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-20 Aerosols (JUN 2016) 52.223-21 Foams (JUN 2016) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) Additional contract requirements, terms or conditions. WAGE DETERMINATION: The following Wage Determination under the Service Contract Act is applicable to this acquisition. A copy of the full determination can be obtained from wdol.gov or by emailing the contracting officer at Evonne.Huggins@va.gov: WD 85-0983 (Rev.-47) was first posted on www.wdol.gov on 02/13/2018 Elevator Services ********************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON, D.C. 20210 | | Daniel W. Simms Division of Wage | Wage Determination No: 1985-0983 Director Determinations | Revision No: 47 | Date Of Revision: 02/06/2018 ---------------------------------------------------------------------------------- Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts States: Alabama, Mississippi Area: Alabama Counties of Autauga, Barbour, Bibb, Blount, Bullock, Butler, Calhoun, Chambers, Cherokee, Chilton, Clay, Cleburne, Coffee, Colbert, Coosa, Cullman, Dallas, Elmore, Etowah, Fayette, Franklin, Greene, Hale, Jefferson, Lamar, Lauderdale, Lawrence, Limestone, Lowndes, Macon, Madison, Marengo, Marion, Marshall, Montgomery, Morgan, Perry, Pickens, Randolph, Shelby, St Clair, Sumter, Talladega, Tallapoosa, Tuscaloosa, Walker, Winston Mississippi Counties of Attala, Kemper, Leake, Lowndes, Neshoba, Noxubee, Oktibbeha, Winston ---------------------------------------------------------------------------------- **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23210 - Elevator Repairer 39.32 __________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $15.425 per hour for all hours worked VACATION: Annual vacation pay is accrued as follows: After 6 months but less than 5 years of service in the industry, 6 percent of regular hourly rate for all hours worked, not to exceed 120 hours pay; more than 5 years of service in the industry, 8 percent of regular hourly rate for all hours worked, at least 160 hours vacation pay. Maximum hours of vacation pay are applicable to an employee who works 1750 hours or more but less than 2000 hours in the year. HOLIDAYS: A minimum of eight paid holidays per year: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Day after Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) PENSION: Elevator - $9.71 per hour 401(K) Annunity $6.90 per hour for all hours worked Education Fund: $O.61 per hour for all hours worked. Work Preservation Fund: $0.36 PAYMENTS: Invoices will be paid in arrears upon Inspection & Acceptance of services (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 10am Eastern Time on the notice response date. (xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24718Q0428/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0428 36C24718Q0428.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4211617&FileName=36C24718Q0428-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4211617&FileName=36C24718Q0428-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04883268-W 20180411/180409230858-c651c543b86b2d26857635aba2a3ac5b (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.