DOCUMENT
J -- Automatic Door Maintenance - Attachment
- Notice Date
- 8/23/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Ave;Martinsburg WV 25405
- ZIP Code
- 25405
- Solicitation Number
- 36C24518Q9260
- Response Due
- 8/29/2018
- Archive Date
- 10/28/2018
- Point of Contact
- Bradley Davis
- E-Mail Address
-
Bradley.Davis3@va.gov
(Bradley.Davis3@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCE SOUGHT THIS IS A SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT NOR A REQUEST FOR PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. A CONTRACT MAY NOT BE AWARDED AS A RESULT OF THIS SOURCES SOUGHT ANNOUNCEMENT. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. RESPONSES TO THIS SOURCES SOUGHT MUST BE IN WRITING. THE PURPOSE OF THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR MARKET RESEARCH TO MAKE APPROPRIATE ACQUISITION DECISIONS AND TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES INTERESTED AND CAPABLE OF PERFORMING THE WORK. DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. RESPONSES TO THIS NOTICE SHALL INCLUDE THE FOLLOWING: (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS AND (I) MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. SYNOPSIS: Perry Point VA Medical Center has many automatic and power assisted personnel doors located all throughout the campus. For the last 5 years the doors have been under contract for this service. Neither the Electric Shop nor the Carpenter Shop has the ability or man power to perform the scheduled PM or repair on all these doors. There 44 sets of listed doors on campus. Therefore it is quite important that a new contract gets awarded for this as soon as possible. **All the doors are all PM ed once yearly. The rest of the work is on a call in for repair basis. We have a 24 hour response guarantee. Vendor has no longer than one week, 7 business days after initial vist, to get parts ordered if needed and have the door operators repaired. We call for repairs at least once a week. We have had some weeks where we will call in 6 or mores doors in weeks time. The food carts and heavy wind does a lot of damage on this site. All parts are included except abuse or new installs or modifications. Heavy, blatant abuse (determined by the responding tech & electric shop supervisor together ) is not covered under the service contract. THE SCOPE OF SERVICE INCLUDES BUT IS NOT LIMITED TO: We are requiring awarded vendor to set up a scheduled PM program for April each year and submit it to the electric shop supervisor. Vendor will also be required to respond to repair calls within 24hours of the time of a call from Perry Point VA supervisor or any other employee of Perry Point Engineering. Awarded vender will provide Perry Point VA Medical Center with a 24hours call number and an account number in which the hospital can be identified as a contracted customer. PM will involve. Inspection, cleaning and lubrication of operators, power units, control equipment and will provide repair as needed. Handicap buttons will have batteries changed yearly or when needed. Deliverable Schedule: The contractor shall have 30 days from the award date to start the schedule of sending only skilled door operator mechanics to complete the work.. Acceptance Criteria: Vendor will provide only AAADM certified skilled door operator mechanics to respond to both PM and repair work. As supplied door mechanics must be trained to do automatic door operator repair. Provided employees will be up on work place safety and have necessary OSHA training. All provided door operator mechanics must have their own transportation and tools. All parts needed to preform PM or repair all doors on the campus of Perry Point VA Medical Center will be provided under this contract. Exempt will be parts needed from abuse or new operator installations. Work Hours: All work shall be performed between the hours of 7:00 a.m. to 5:30 pm. Monday through Friday. Any work being performed outside these hours or scheduled on Saturdays, Sundays, or Federal holidays will fall in the afterhours pay schedule. All after hours or holiday work must be approved by the electric shop supervisor. Federal Holidays not recognized by vendor can be worked as a normal work day as long as electric shop supervisor is notified the next business day of the work completed. Place of Performance: The work shall be performed on the Perry Point VA Medical Center campus. Period of Performance: Upon receipt of contract awarded date, the contractor shall as soon as practicable, commence any familiarization activities prior to actual work on the purchase order requested by the VA. However, within (10) calendar days after receipt of contract award date, the contractor shall be fully operational and capable of immediately starting work on the requested order. Full Preventative maintence vistit shall be done every April. Base Year October 1, 2018 to September 30, 2019 Option Year 1 October 1, 2019 to September 30, 2020 Option Year 2 October 1, 2020 to September 30, 2021 Option Year 3 October 1, 2021 to September 30, 2022 Option Year 4 October 1, 2022 to September 30, 2023 Equipment List All doors are Carolina/ Dorma USA hardware unless otherwise noted as something else. 19H first floor tunnel 2-swing doors 2 17H Canteen entrance 2-swing doors 2 17H Main Kitchen 2-single slide doors 2 17H freezer 2 Tormax slide doors 2 17H exit to patio 2- single swing doors 2 17H canteen men s room 1 single swing door 1 17H canteen dining room 2-single swing doors 2 9H inside front entrance 2 sets of double doors sliding 4 9H smoking shelter 1 swing door 1 9H rear tunnel doors 1 swing door 1 80H rear door at ramp 1- door & 1 push assist swing 2 20H at computer room 1- swing door 1 15H rear door at tunnel 1- swing door 1 19H basement tunnel 1-swing door 1 19H front entrance 2 swing doors 2 19H PT clinic in basement 2-swing doors 1 19H cardiology suite 1st floor 1 slide door 1 19H clinic suites 1st & 2nd floors 2 double swing doors each. 2 19H ICU area 1-side door. 1 19H tunnel between 19&23H 1- swing door 1 23H 1st floor soda machines 1 Stanley swing door 1 23H dental clinic 2 swing doors 2 23H eye clinic 2 swing doors 2 361 main entry 2 sets of 2 Horton sliding doors 4 361. Ambulance entry 2 sets of 2 Horton sliding doors 4 361 life support rm. cg-5-b single swing door 1 361 2nd floor blood lab lobby single Stanley swing door 1 361 2nd floor blood lab rest room single swing door 1 314 chapel main entry and chapel 2 sets of double swing doors 4 314 tunnel 2 sets double swing doors 4 364 main front entrance 2 sets Horton double swing doors 4 Circle wards 1-5H tunnel 1 swing door Stanley 5 101C wheel chair entry 1 swing door 1 Tunnel, 22H to 13H 2 sets of Gyrotech swing doors 4 Tunnel 9H to 23H 2 sets of Gyrotech swing doors 4 13H tunnel 1 swing door 1 13H wheel chair lift doors 1 top & 1 bottom swing 2 14H wheel chair lift doors 1 top & 1 bottom swing 2 24H wheel chair lift doors 1 top & 1 bottom swing 2 25h wheel chair lift doors 1 top & 1 bottom swing 2 14H wheel chair ramp 1 swing door 1 80H door to wheel chair ramp 1 Horton swing door 1 80H hallway to 266 2 Horton swing doors 2 Parts/Labor Warranty: All parts and labor will be covered under a warranty of 6 months from time of completion of work. ALL INTERESTED AND QUALIFIED PARTIES SHOULD PROVIDE THE FOLLOWING INFORMATION VIA EMAIL TO ME. ANY QUESTIONS PLEASE CONTACT ME BY EMAIL ONLY. PHONE CALLS WILL NOT BE ACCEPTED. MY POINT OF CONTACT INFORMATION IS LISTED BELOW. CAPABILITY STATEMENT SOCIO-ECONOMIC CATEGORY(S) APPLICABLE (I.E. SDVOSB, VOSB, 8A, HUB, WOSB, SB, LARGE BUSINESS) THE APPLICABLE NAICS CODE IS: 561210 GSA/FSS/SEWP SCHEDULE NUMBER (IF AVAILABLE) COMPANY INFORMATION INCLUDING POINT OF CONTACT INFO AND DUNNS NUMBER RESPONSE DATE (DEADLINE): August 29, 2018 FOR PLANNING AND SCHEDULING PURPOSES, TO INSURE BEING INCLUDED IN OUR MARKET RESEARCH FOR THIS PROCUREMENT, RESPONSES MUST BE RECEIVED NO LATER THAN CLOSE OF BUSINESS ON April 17, 2018. TIME PERMITTING, RESPONSES RECEIVED AFTER THAT DATE MAY BE INCLUDED IN OUR RESEARCH BUT CANNOT BE GUARANTEED. CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs VAMC (613) VISN 5 Contract Satellite Office 510 Butler Avenue, Building 306A Martinsburg, WV 25405 POINT OF CONTACT: Bradley Davis CONTRACT OFFICER Bradley.Davis3@VA.GOV NOTICE TO POTENTIAL OFFERORS: ALL OFFERORS WHO PROVIDE GOODS OR SERVICES TO THE UNITED STATES FEDERAL GOVERNMENT MUST BE REGISTERED AT SYSTEM FOR AWARD MANAGEMENT (SAM LOCATED ON THE WEB AT WWW.SAM.GOV). IT IS DESIRABLE THAT ANY OFFEROR TO HAVE COMPLETED THEIR BUSINESS ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA). ADDITIONALLY, ALL SERVICE DISABLED VETERAN OWNED BUSINESSES OR VETERAN OWNED BUSINESSES WHO RESPOND TO A SOLICITATION ON THIS PROJECT MUST BE REGISTERED WITH THE DEPARTMENT OF VETERANS AFFAIRS CENTER FOR VETERANS ENTERPRISE VETBIZ REGISTRY LOCATED AT HTTP://VIP.VETBIZ.GOV. ALL INTERESTED OFFERORS SHOULD SUBMIT ALL REQUESTED INFORMATION STATE ABOVE BY EMAIL ONLY TO Bradley.Davis3@VA.GOV BY THE RESPONSE DATE STATED ABOVE. NO PHONE CALLS WILL BE ACCPETED. REFERENCE THE FOLLOWING IN THE SUBJECT FIELD OF THE EMAIL: Automatic Door Preventive Maintenance *THIS IS A MARKET SURVEY FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. PLEASE BE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED UNDER THIS ANNOUNCEMENT.*
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24518Q9260/listing.html)
- Document(s)
- Attachment
- File Name: 36C24518Q9260 36C24518Q9260.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557575&FileName=36C24518Q9260-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557575&FileName=36C24518Q9260-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24518Q9260 36C24518Q9260.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557575&FileName=36C24518Q9260-000.docx)
- Record
- SN05053287-W 20180825/180823231559-42309b006de5082dcc6db9a385edf300 (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 |