Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
DOCUMENT

J -- MAINT. & REPAIR OF HYDRAULIC LIFTS (VA-18-00159952) - Attachment

Notice Date
11/2/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q0076
 
Response Due
11/9/2018
 
Archive Date
12/9/2018
 
Point of Contact
JAMES, EULANDA
 
E-Mail Address
Contract Specialist
(Eulanda.James@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE ONLY This SOURCE SOUGHT NOTICE is for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). Response to this notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The Network Contracting Office (NCO) 2 is seeking preferably Service Disabled Veteran Owned Small Businesses or Small Businesses (but will accept other than small business for market research purposes), capable of providing preventative maintenance (PM) and repair contract for hydraulic lifts located at the loading docks at building 200 and building 92, in accordance with manufacturer guidelines, to allow for the equipment to be used/operated when needed and as intended by the manufacturer. The NAICS code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; the Size Standard is $7.5 millions. Responses must be received by no later than 9:00 a.m. Eastern Standard Time, (EST) Friday, November 9, 2018. A response to this notice shall include Capabilities Statements, with vendors DUNS number and if the service is offered on GSA/FSS schedule or open market. Facsimile or Telephonic responses will not be accepted. Note: All interested parties are reminded to be registered, active and verified in the following to be considered for Award. SAM: https://www.sam.gov/portal/public/SAM/ VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx Vet 4212 (Veteran owned small Business are reminded of Reporting Requirements) https://www.dol.gov/vets/vets4212.htm See DRAFT Statement of Work for detailed services. STATEMENT OF WORK MAINTENANCE & REPAIR FOR HYDRAULIC LIFTS BUILDINGS 200, 92 & 13 LOADING DOCKS Background The Northport VAMC would like to acquire a preventative maintenance (PM) and repair contract for hydraulic lifts located at the loading docks at building 200 and building 92, in accordance with manufacturer guidelines, to allow for the equipment to be used/operated when needed and as intended by the manufacturer. Contract shall be a firm fixed price contract with base plus four one (1) year options. Scope of Work The contractor shall provide all labor, transportation, travel, equipment, materials, tools, supplies, supervision, incidental engineering, and management necessary to provide the required maintenance services on the equipment. The Government shall provide access to the facilities as necessary for maintenance and service calls and responses to commence. The COR will also provide notification of any systems outages, testing or downtime to affected VA staff. When executing the tasks/deliverables in this statement of work (SOW) the contractor shall provide written documentation which certifies part installation and/or repair, calibration, testing of the systems, and certifications of maintenance. All PM maintenance work shall be in strict adherence to the recommended manufacturer s specifications and standard operating procedures for equipment maintenance. It is the responsibility of the contractor to familiarize themselves with the recommended manufacturer s specifications and standard operating procedures for the equipment that is contained within this SOW. Equipment Five(5): Mfg Advanced Lifts, Inc., Model #: T5060841, Serial No. 45392 2/11, Bldg. 200 Mfg Advanced Lifts, Inc., Model #: T5060841, Serial No. [unknown], Bldg. 92 Monarch International/Monarch Instruments, Model #:HED662015, Serial No. 307253, Bldg. 13 2 additional lifts located at Bldg. 13, make/model unknown Performance Objectives Contracted lift maintenance provider shall perform all inspections, testing, repairs and preventive maintenance of the facility s lifts to keep said system in compliance with the most current edition of National Fire Protection Association (NFPA) Life Safety Code, National Electric Code (NEC), American Society of Mechanical Engineers (ASME), American National Standard Institute (ANSI), and other Federal Regulations pertaining to maintenance vehicles, vertical lifts, etc in medical and Federal facilities. 1. Contractor Personnel Requirements: a. Only personnel who are qualified/certified shall perform work, service, repair, and maintenance on the equipment. All personnel who will be performing services on the required equipment shall demonstrate that they have the necessary capabilities and qualifications, by providing the appropriate credentialing documents as necessary (to include but not limited to) training certifications/certificates, licenses, diplomas, course completion certificates, resumes etc. The COR will verify the qualifications of these contractor personnel prior to the commencement of work and start of services by these personnel. The contractor will notify the COR if there are substitutions or replacement of these personnel so that additional and/or follow up verifications can be done. (Personnel lacking the appropriate certifications/qualifications shall not be permitted to perform work, service, repair, and maintenance on the equipment). b. All qualified, experienced, and licensed personnel for required services will be provided by the contractor. All technicians shall be qualified to provide maintenance, testing and general repair on dock lifts, personnel lifts, aerial lifts, etc. Proof of personnel experience shall be provided by the Contractor to the VA (to include but not limited to): certification for maintenance and service on same or similar equipment described herein, past experience of no fewer than three years of working on systems similar in size and scope of the systems listed within this SOW. Technicians modifying the lift controls shall be factory trained and currently certified for the operating system (including software version) of the particular controls system, and shall provide documentation of this certification to the COR. 5. Contractor Conduct and Protection of Persons and Property Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States and or the VA/Veterans Health Administration (VHA). Uniforms. The contractor shall require all employees, including supervisors, to wear distinctive uniforms or clothing for easy identification, and assure that every employee is in uniform or clothing no later than the time specified by the COR, or otherwise no later than ten (10) working days from the date an employee first enters on duty. The uniform or clothing shall have the contractor's name, easily identifiable, affixed thereon in a permanent or semi-permanent manner, such as a badge or monogram. Smoking: Employees are strictly prohibited from smoking anywhere in medical center buildings. Supervision of Employees: The contractor shall be responsible for all means, methods, techniques, sequences and procedures, and for coordinating all portions of the work under the contract except where otherwise specified in the contract. The contractor shall, at all times, enforce strict discipline and good order among their workers, and shall not employ any unfit or unskilled person per the requirements in section 6 of this PWS. The contractor is responsbile for taking the necessary precautions at all times for the protection of persons and property, including Medical Center employees and property and its own. The contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The contractor shall continuously maintain adequate protection of all work from damage and shall protect Medical Center property. In the event of an emergency affecting the safety or life of individuals, work conditions, or of adjoining property, the contractor, without special instruction or authorization from the Medical Center, is hereby permitted to act, at the contractor's discretion, to prevent antidipated/threatened loss or injury. Also, should the contractor, in order to prevent anticipated/threatened loss or injury, be instructed or authorized to act by the Medical Center, he shall so act, without appeal. Any additional compensation or extension of time claimed by the contractor on account of such emergencies shall be determined by mutual agreement between the contractor and COR. The Government may, at its sole discretion, direct the contractor to remove any contractor employee from U.S. VA/VHA facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the contractor with a written explanation to support any request to remove an employee before removal processes are undertaken. Deliverables Schedule Task # Task Name Schedule & Description Task 1 Contact Information/Key Personnel 5 days after contract award the Contractor shall provide contact information for a primary and secondary contact (phone number and email) for VA engineering staff for all service calls, testing, maintenance, monitoring. The Contractor shall submit a list of the points of contact for VA s account pertaining to maintenance, testing, and service calls. Submission shall include the person s name, phone number, and email address for correspondence. For all work completed, the Contractor shall submit proof of lift maintenance and testing certification for the technician completing the work. Task 2 Preventative/Predictive Maintenance Plan 14 calendar days after contract award, the Contractor shall provide a PM plan with details indicating the maintenance that will be scheduled for each lift. It shall note the frequency, method, and indicate whether any shut downs, notifications, or testing are required for the execution of Preventative/Predictive Maintenance. Copy of the plan shall include one electronic and hard copy submitted to the Contracting Officer s Representative (COR) and Contracting Officer (CO) if necessary. See the following section(s): Management, Reporting, and Deliverables Execution Task 3 Preventative/Predictive Maintenance Report 10 calendar days after services are rendered, the Contractor shall deliver reports indicating the Preventative/Predictive maintenance that has been conducted. This report shall describe any deficiencies that were noticed during inspection, details of the work that was completed (on all components) and shall indicate whether further work is needed on the equipment that is outside the scope of Preventative/Predictive maintenance. The report shall list the inspector and technician conducting the work and the signature of the technician certifying the work. Reports shall be submitted for all work conducted on the system either by report or log. Report submissions shall consist of one hard copy and one electronic copy to the COR. See the following section(s): Management, Reporting, and Deliverables Execution Task 4 Service Reports To be completed for every service call. See the following section(s): Management, Reporting, and Deliverables Execution Task 5 Testing and Inspection Reports 14 calendar days after services are rendered unless noted otherwise. See the following section(s): Management, Reporting, and Deliverables Execution Task 6 Logs At the point of service. See the following section(s): Management, Reporting, and Deliverables Execution Task 7 Company/Technician Certification After any work is completed on system (submitted with service ticket, testing and inspection reports). For the company, prior to contract award. See the following section(s): Management, Reporting, and Deliverables Execution 7. Period of Performance The expected period of performance begins at time of award with four (4) Twelve (12) Month Option Periods that may or may not be exercised based on the needs of (and at the discretion of) the government. Exercising of the option years shall only be done by the Contracting Officer. 8. Type of Contract A Firm Fixed Price Contract is contemplated for this requirement. 9. Place of Performance: The place of performance is the Northport VAMC, 79 Middleville Road, Northport, NY 11768. 10. Changes to Requirement / COR Authority In the event that VA modifies the lift system, in part or in whole, during the maintenance contract period the Contractor shall be required to verify that the system, as newly modified or added, is consistent with the manufacturer s requirements. Changes to this contract shall be done through formal modification to the contract. In no event is the Contracting Officer s Representative (COR) empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify the Contracting Officer of any deficiencies observed. A Letter of Designation shall be issued to the COR and a copy shall be sent to the Contractor at the contract kickoff meeting or at another time as determined by the contracting officer for this contract. This Letter of Designation memorandum will contain the full the responsibilities and limitations of the COR. 11. Hours of Work / Operations Services shall be performed during the VA normal business hours, 8:00 a.m. through 4:30 p.m., Monday through Friday, excluding Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closing. Federal holidays are available at the Federal Holiday OPM Site. If the Contractor desires to carry on work on Saturday, Sunday, holidays, or outside regular working hours, he/she must submit a request in writing or e-mail to the COR for approval. The contractor shall coordinate with the Mechanical Shop supervisor and Maintenance and Operations Supervisor to decide when testing, maintenance or repair can be performed. Testing, maintenance and repair should not interfere with building or employee operations. The Contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of Government business and mission. In those cases where some interference may be essentially unavoidable, the Contractor shall make every effort to minimize the impact of interference, inconvenience, equipment downtime, interrupted service, customer discomfort, etc. 12. Government Furnished Items The Government will not provide office space and operational facilities to the Contractor. The Contractor shall secure and maintain the necessary office space and other facilities required for the performance of this contract at his/her own expense. Government Furnished Equipment. The Contractor shall furnish all tools and equipment required for the performance of this contract. The Government will not provide tools or equipment to the Contractor. Government Furnished Material. The Government will not provide any materials to the Contractor. Availability of Utilities The Government will furnish the following utility services at existing outlets, for use in those facilities provided by the Government and as may be required the work to be performed under the contract: electricity, natural gas, fresh water, sewage service, and refuse collection (from existing collection points). Information concerning the location of existing outlets may be obtained from the COR. The Contractor shall provide and maintain, at his/her expense, the necessary service lines from existing Government outlets to the site of work. Utilities specified above will be furnished at no cost to the Contractor. 13. Contractor Furnished Items Except for government furnished items, the Contractor shall provide all facilities, equipment, materials, and services to perform the requirements of this contract. Used, reconditioned or repurposed parts may not be used for the maintenance of the equipment specified. The Contractor shall provide new parts and components when providing maintenance and repairs services as described herein. All replacement units, parts, components, and materials to be used in the maintenance, repair, and alteration of equipment shall be compatible with that existing equipment on which it is to be used; shall be of equal or better quality than original equipment specifications; shall conform to the technical specifications, and used in accordance with original design and manufacturer's intent. Items not listed in the technical specifications shall be of acceptable industrial grade and quality. It the original manufacturer has update the quality of parts for current production, parts supplied under this contract shall equal or exceed the updated quality. When disputes arise concerning material, equipment, and components selected for work items already accomplished, the Contractor shall, at no cost to the Government, remove, replace, and/or rework material, equipment, and components so that compliance with the Government's requirements are satisfied. MANAGEMENT, REPORTING, AND DELIVERABLES EXECUTION 1. MANAGEMENT. Work Control. The Contractor shall implement all necessary work control procedures to ensure timely accomplishment of work requirements and to permit tracking of work in progress. The Contractor shall plan and complete work requirements within the specified time limits and in conformance with the quality standards established here in. Verbal scheduling and status reports shall be provided when requested by the COR. The status of any item of work must be provided within two (2) hours of the inquiry during regular working hours, and within eight (8) hours after regular working hours. Work Schedule. See Section 11: Hours of Work / Operations Records. Cumulative service records shall be kept for piece of equipment. A separate record file shall be established and kept up to date for each system and each individual piece of equipment. The Contractor shall submit proposed formats for each of the required records listed below for the COR's approval at least 15 calendar days prior to the start date of the contract. The records shall cover the following work: Preventative/Predictive Maintenance Inspection and Service (PMIS) work; Reactive Maintenance (service calls); Inspection, Testing, and Certification work; Service work. The Contractor shall include the following data in the appropriate record within two working days from the completion of the associated work items: The date(s) when the service(s) was scheduled; Service completed; Unit identifier; Equipment type; Date with service was completed; and Name of the individual(s) who performed the services. The nature and extent of all service and repair work performed, including: completed PMIS record cards; description of conditions and deficiencies found during any PMIS visits, and deficiencies remaining uncorrected during PMIS visits; work performed during inspections and tests, results of those inspections/test, and disposition of deficiencies found during inspection/test; and description of service work performed, including a brief description of material and parts used (including costs and quantities), and hours of labor expended. Any other information the Contractor chooses to include in the records, at no additional cost to the Government. All required records shall be made available to the Government for examination and reproduction upon request, and the original records shall be submitted to the COR within five (5) calendar days of expiration of the contract. All required records shall be maintained in a readable, complete, orderly, timely and accurate manner. Work Completion Reports. The Contractor shall submit work completion reports to the COR within two (2) working days after completing each occurrence of service under this contract. These reports shall contain, as a minimum, the information described in items of subparagraphs of the aforementioned "Records" paragraph and as mentioned elsewhere in this SOW, and shall be signed and dated by the Contractor's Representative. Staffing. The contractor shall continuously maintain an adequate staff with suitable management expertise to assure work is scheduled and completed in accordance with these specifications. The Contractor shall maintain an adequate craft work force to complete work in accordance with the time and quality standards specified. PREVENTATIVE/PREDICTIVE MAINTENANCE INSPECTION AND SERVICE. The Contractor shall perform Preventative/Predictive Maintenance Inspection and Service (PMIS) work on all equipment systems covered under this contract. Work shall consist of maintaining these systems in a safe, reliable, and satisfactory operating condition. All work shall comply with ASME, ANSI, OSHA,NFPA, The Joint Commission and VA requirements except as modified herein. The contractor shall provide all necessary services, parts and materials, and complete all repair requirements identified during the performance of a PMIS as part of PMIS. Excessive or repeated system breakdowns or deficiencies may be considered by the Government as an indication of unsatisfactory performance of PMIS by the contractor. Scope. PMIS work includes periodic contractor operation, inspection, checks, adjustments, and maintenance of lift systems necessary to ensure that each system complied with applicable VA, local, OSHA, ASME, and manufacturers' standards of safety, reliability and satisfactory operating condition. PMIS work shall be performed in accordance with the appropriate manufacturer recommendations. The intent of PMIS is to provide routine maintenance services that permit the early detection and correction of items that, if deficient or defective, would: (a) interfere with the normal effective operation of the lift, aerial platform, runaround, dock lift systems; (b) endanger life and/or property; or (c) involve high costs or long lead time for repair. PMIS work shall include, but not necessarily be limited to: comprehensive operational inspection and adjustments to insure the satisfactory functioning of machinery and controls, leveling devices, extensions, brake systems, and safety edge mechanisms; detecting and correcting the causes of unusual noise or vibrations; manufacturers' recommended machinery lubrication; adjustments to bring system operation within the manufacturers' specifications; repairs including defective part and component replacements, worn part or system replacement; equipment and equipment space housekeeping; equipment cleaning, paint refreshing, signage upgrades and replacement; other services as required to maintain all systems at a safe and acceptable operating condition. Systems or ancilary equipment types anticipated to be encountered during the maintenance of the equipment listed include, but are not limited to: Battery chargers Power and battery packs with hanger assemblies Ground Controls Platform Controls Control cable assemblies Control Hose Assemblies Decal cosmetics including but not limited to safety signage (danger, warning, caution, notice); labels and identifiers (written and symbols), general notification signage. T-handles Chain terminals and assemblies Pulleys Bushings Tension cables and chains Flaps Plates (lifting eye, masts, etc.) Tilt back frames, struts, etc Coil cord Cylinders Pneumatic hoses Bulkhead fittings Guard rails Air pressure and air supply (filters, regulators, etc) Air line lubricators Air and fuel filters Oil Manual lowering valves Outrigger components Tires, axles (chassis in general) Brakes Arm Safety props Engine Exhaust Glide pads Powertrack Sheaves Pivto points, hinges Deck floats Dock bumpers Mast components including but not limited to lifting chains, column assemblies, braces Aesthetics (paint, overall appearance) Miscellaneous items such as nuts, bolts, screws, spacer, etc. Frequency. Maintenance shall be conducted at intervals of no fewer than quarterly. The contractor must provide maintenance at intervals of quarterly and annual maintenance at a minimum. The only equipment that will have maintenance conducted at intervals more frequently are the hydraulic lifts. These shall have monthly maintenance conducted at minimum. Inspections shall be completed quarterly with one distinctive inspection conducted annually. Contractor PMIS Schedule Submissions. The Contractor shall submit a detailed PMIS schedule to the COR for approval at least fifteen(15) calendar days prior to the start date of the contract. The schedule shall include, for each specific equipment system, the location of the equipmnent; and work to be performed (e.g. quarterly PMIS). The Contractor shall schedule and perform PMIS on regular Government working days between the hours of 8:00AM and 4:30 PM. Once the Contractor's PMIS schedule is approved by the COR, PMIS shall be performed by the contractor without further authorization by the COR. The Contractor shall strictly adhere to the scheduled PMIS dates to facilitate Government verification of the work. If the Contractor finds it necessary to reschedule PMIS, a written request shall be made to the COR detailing the reasons for the proposed change at least five (5) working days prior to the originally scheduled PMIS date. No scheduled PMIS dates shall be changed without the prior written approval of the COR. Check In Requirements. The Contractor's superintendent shall check in at a site designated by the COR prior to the commencement of work and at the completion of work each days that PMIS is to be performed, indicate the work, sites of work, and order of work that is schedule to be performed that day. PMIS Records and Reports. Contractor must adhere to PMIS record keeping and work completion reporting requirements. PMIS Work Quality Standards. The Contractor shall meet the following PMIS work quality standards: Adherence to OSHA, Regulations 851 Industrial Establishements Section 51-1b) at a minimum. Before beginning any work, the Contractor shall complete a pre operation or pre maintenance check on the equipment. PMIS Checklist work items satisfactorily accomplished; all internal and external components, parts, assemblies, and subassemblies forming a part of each lift system or necessarily for its safe operation are inspected, adjusted, lubricated, repaired or replaced as necessary to insure system is functioning as designed, no unusual or objectionable machinery wear, noise or vibration. Guide rails, overhead sheaves and beams, counterweight frames, top of platfroms, bottom of platforms, lift pits, underside of lift (if applicable) shall be brushed clean and rubbish removed quarterly. The Contractor shall furnish all necessary cleaning supplies, vacuum cleaners, etc. All lift speeds meet manufacturer's rate speeds. All brakes shall be checked for dual wheels and hydraulic brake release. All antiskid surfaces are maintained. Dock bumpers in good condition and firmly secured to dock. All weather sealings are effective seal against moisture and debris. Dock skirts are in good and functioning order. All batteries shall be checked and cleaned for corrosion. All batteries that are no longer functioning shall be replaced by the Contractor. Battery replacement is anticipated to occur to more than once a year. The contractor shall be responsible for all battery disposals. All shafts, pits etc. shall be cleared of all debris. All weather seals and sealants are in good condition. All welds, chains, cables, ropes etc. show no signs of extensive wear. All movable parts shall be properly lubricated. All sheaves, machine and motor bearing shall be lubricated. Hydraulic fluid sufficient to maintain the best operating levels shall be furnished on all hydraulic lifts. General adjustments shall be made as necessary. The exterior of the machinery and any other parts of the equipment subject to rust shall be kept properly painted and presentable at all times. The motor windings shall be kept free of rust and carbon dust. All electrical wiring and conductors extending to lifts shall be repaired and/or replaced when required. Circuit breakers or main line switches, together with fuses for same, are excluded. Smooth lift movement, with no unusual or objectionable noise or vibration. All leveling devices maintained and adjusted to permit the top of the lift to stop at all levels as intiially programmed. All safety edges, platform gates, etc. maintained and adjusted to operate as per original equipment specifications. All normal and emergency operating controls maintained and adjusted to be fully operational. All lights and indicator lamps are operational. All safety systems and mechanisms maintained in safe, operational condition. All hydraulics, rollers, hinges, shaft bearings, springs are inter-lubricated and maintained within allowable limits of wear. Systems are "shut down" and COR is notified when worn or damaged components are found. INSPECTIONS, TESTING AND CERTIFICATION. All inspection and testing shall be performed in accordance with manufacturer s recommendations. The Contractor shall conduct, at a minimum, an annual inspection of all lifts, platforms, and dock lifts. Deficiencies discovered during inspection shall be corrected by the contractor. Inspections that are conducted as part of Preventative/Predictive maintenance program shall be completed by the contractor and adhere to the directives noted herein. The maintenance contractor shall tag the tested devices after the inspection and safety tests have been performed and certified. Tags shall include, at a minimum: the date of the inspection, the name of the inspector, the frequency of the inspection. The tag shall be clearly identifiable and shall in no way hinder the operation of the equipment. Testing shall include: Pre operation inspection A functions test. Test all functions of the equipment and note any deficiencies. Upon completion of the functions test, the Contractor shall correct all deficiencies noted and notify the VA of any potentials issues when conducting said service. The contractor shall develop a check list that adheres to the manufactures recommendations for maintenance and shall note each of the activities listed by the manufacturer for implementation. Examples of checklists that shall be adhered to at a minimum have been included as attachments. SERVICE WORK. The contractor shall perform service work (service calls) as necessary to determine the cause of system and equipment malfunctions, eliminate the cause(s), and restore the system or equipment to satisfactory working condition. Excessive or repeated systems and equipment malfunctioning may be considered by the Government to be unsatisfactory performance of service work by the Contractor. The Contractor shall respond to all service calls. Service Call Reception. Authorized Government representatives will advise the Contractor by phone of all service call requests, received, both during and after regular working hours, as well as the classification of each call based on the definitions provided below. The contractor shall have adequate procedures for receiving and responding to service calls 24 hours per day, including weekends and holidays. A single local or toll free telephone number shall be provided by the Contractor for receipt of all service calls. All telephone calls shall be answered within thirty (30) seconds by an individual fully familiar with the Contract's work control procedures and the terms and conditions of this contract. Calls shall be considered received by the Contractor at the time and date the telephone call is placed. Service Call Classifications. Service calls will be classified by the Government as either emergency or routine, and the following procedures shall apply. All service calls shall be covered under this contract unless the required service is a result of abuse or misuse by the Government. Unscheduled Maintenance/Emergency Service Calls. Service calls will be classified as emergency at the discretion of the COR. Funding for unscheduled maintenance/emergency service calls shall be included in the cost of this contract. 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 and/or training missions. Examples include personnel "trapped" on a lift or electrical defect which could cause fire or shock, etc. The Contractor shall provide a mechanic at the site and on the job ready to service the lift within one (1) hour of receiving the call, 24 hours a day, 7 days a week. After beginning work, the Contractor shall continuously perform until the emergency situation is arrested. After arresting the emergency condition, any remaining work required to restore safe, continuous and reliable equipment operation shall be performed as a routine service call in accordance with the requirements specified in the following paragraph. Such follow up work shall be considered part of the original service call. The Contractor shall provide all labor, parts, materials, and supplies required to perform the unscheduled maintenance. Normal emergency call-back service times are between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, exclusive of Federal Holidays. Services performed during all other times shall be considered to be overtime emergency call-back service. If regular time work must be carried over and contractor wishes to continue to work beyond the Medical Center normal hours of operation, authorization for overtime work must be obtained from the COR or designated representative before proceeding. Any overtime emergency call-back services shall be included in the cost of this contract. Overtime period services are not expected to exceed an average of 5 hours, per technician, per month. Allocation for this cost shall be included in this contract. Any time accumlated that is expected to exceed this maximium amount (5 hours per technician or aggregate of 60 hours in one year), shall not be completed without written approval of the CO prior to beginning work. Time shall be quoted at time and material cost. The contractor shall demonstrate all aggregated time used toward this overtime maximum to demonstrate justification for this added cost should it arise. The cost of all normal emergency call-back service for the base year and subsequent option years shall be included in the cost of this contract. The VA shall not be responsible for incidental charges, including, but not limited to: parking, tolls, mileage, phone, etc., on straight time or for overtime work. Routine Service Calls. Service calls shall 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 twenty-four (24) hours after receipt of the call. For example, if a routine service call is received by the Contractor at 10:00 am on Tuesday, the Contractor must be at the job site no later than 10:00 am on Wednesday. If the call is received at 2:00 pm on Friday, the Contractor must be at the job site not later than 2:00 pm on the following Monday. Routine service work will normally be performed during the Government's regular working hours unless prior approval is received form the COR. Service Records and Reports. Contractor must adhere to service work record keeping and work completion reporting requirements. Service Work Quality Standards. The contractor shall meet the following service work quality standards: All work, including repair and replacement parts, satisfies the recommendations and requirements of ASME, ANSI, OSHA, and NFPA. Operational and other inspections and tests incidental to or arising from the replacement of certain parts and components are satisfactorily performed, as recommended or required by ASME, ANSI, OSHA, and NFPA. Continuous progress and completion of the work resulting in safe, efficient, and reliable system condition that permits the restoration of system service. Safe job site during progress of work. Clean job site upon completion of work. Unserviceable parts and components removed from Government property unless directed otherwise by the COR. In the event that VA modifies the lift system during the maintenance contract period, Contractor shall be required to verify that the system, as newly modified or added, is consistent with the manufacturer s requirements; any verification performed will be equitably adjusted. The post ­ contract modification or addition to the lift system, in part or in whole, shall not void the continuing requirements under this contract. The contract will be equitably adjusted for such additional performance. The contractor shall conduct all research and provide all resources required to ensure a smooth transition from the incumbent maintenance and monitoring contractor, in accordance with the contract requirements should this occur
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0076/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q0076 36C24219Q0076.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4666197&FileName=36C24219Q0076-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4666197&FileName=36C24219Q0076-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Northport VAMC;79 Middleville Road;Northport
Zip Code: 11768
 
Record
SN05142339-W 20181104/181102230543-14c43af1987d9f5598380ed784f3b739 (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.