SOURCES SOUGHT
J -- Annual Elevator Maintenance & Repair Services
- Notice Date
- 3/2/2020 8:04:47 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0407
- Response Due
- 3/11/2020 12:00:00 AM
- Archive Date
- 06/18/2020
- Point of Contact
- Monique PaltanMonique.Paltan@va.gov
- E-Mail Address
-
monique.paltan@va.gov
(monique.paltan@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in New York, NY for the purpose of collecting information about Annual Elevator Maintenance & Repair Services at the Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208. The VA is seeking to provide for this requirement as of July 1st, 2020. The NAICS code identified for this requirement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Monique Paltan at Monique.Paltan@va.gov, by March 11, 2020 at 3 PM EST. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK General Scope and Intent: The Stratton VA Medical Center in Albany New York is requesting proposals for elevator maintenance and repair services. The intent is to cover preventive maintenance and repairs on all elevators in the inventory listed below, as stipulated in this scope of work. Note: a current elevator replacement contract is underway for the main hospital cars only (1-10) Currently 6 of the 10 cars are completed. By June 2020, all 10 cars will be fully upgraded. TABLE OF CONTENTS: Inventory Special Notes Preventive Maintenance Non-Emergency Repairs Parts Coverage Warranty Emergency Response Entrapment, or Emergency Evacuation Hours of Operation Elevator Inspections & Support Contractor Requirements Written Records and Maintenance Reports Codes and Standards Not Covered Period of Performance Place of Performance INVENTORY: Main Hospital Building #1: Front Passenger Side Cars 1-5 500 FPM OTIS / MCE (Basement to 11th floor) OTIS / MCE (Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Main Hospital Building #1: Rear service Side Cars 6-10 500 FPM OTIS / MCE: (Sub Basement to 11th floor) OTIS / MCE: (Sub Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Imperial Gearless / MCE -idrive: new 2019 (Basement to 11th floor) Pharmacy Elevator: Schindler Hydraulic - Pharmacy Elevator 100 FPM (Basement to 1st Floor) Building # 67: Thyssen Krupp Hydraulic: 200 FPM (Basement to 3rd floor) Building # 27 Nuclear Medicine: Hydraulic elevator, installed in 2019 (1st to 2nd floor) Hydraulic elevator, installed in 2019 (1st to 2nd floor) Building # 26 Radiation Therapy: Hydraulic elevator, Montgomery Hydraulic (1st to 2nd floor) new controls in 2019 Building #1 Dumbwaiter: (2nd to 3rd floor C-Wing, Operating Room) new 2019 Special Notes of Potential Relevance: Only Cars # 6, and #7 are the large cars that go to the Sub-Basement. Car #8 is specifically designed to transport the TUG robot. TUG by AETHON has the controls when car is called by the Robot. Cars 1-10 in the main hospital have installed a patient wondering system (Wonder guard) to prevent unauthorized patient use of an elevator. This system can be overridden by a clinician using the in-car keypad to transport patients to desired floor. Car # 6 (primary), Car #7 (secondary) is used for CODE BLUE internal Medical Emergency situations when CODE is initiated. On emergency generator during a full power outage, car #1 and #6 are the only cars operational. Building #67 car is controlled from the lobby with a proximity reader for security purposes. PREVENTIVE MAINTENANCE: Preventive maintenance service will be conducted on the elevators in the inventory above for a total of 2 hours per month per car listed in the inventory. These services will include, but not limited to cleaning pits, top of cars, lubricating, greasing, and adjusting as per manufactures recommendations and best practice. It is the contractor s responsibility to provide all necessary materials and required labor to perform preventive maintenance services. Preventive maintenance schedule will be set by the contractor however must be coordinated with the VA for work to be performed during normal business hours M-F 8am to 4:30pm. Contractor must schedule PM service during those times but will have the flexibility to schedule at their workload. Unless extenuating circumstances are present, the VA will turn the car over upon the technician s arrival. In the event a stalled car is awaiting repairs, the PM services will need to be rescheduled as not more than 2 elevator cars, in one bank, can be out at one time during business hours. NON-EMERGENCY REPAIRS: These types of needed repairs typically fall out of normal business hours on nights, weekends, holidays. It is the intent of this contract that all cars remain function at all times, however, call back service for non-emergent issues will be initiated at the discretion of the VA. Non-emergent issues are defined as car not moving or not functioning as designed, i.e., car is empty but not moving, doors will not open, or close, car is stalled with no one in it. Non-emergent issues will be handled during normal business hours 8am to 4:30pm Monday through Friday. Hourly rates for call -ins will be broken out by straight time for each mechanic and helper/apprentice. Travel time will be billed for a maximum of 1-hour as part of this contract. An elevator that has been identified as not functioning or has stalled or is not moving will be called by the VA point of contact. In the event the needed repairs go over the hours of operation, the vendor must receive prior approval from the VA contracting representative. It is at the discretion of the VA to allow a car to remain out of service for a period of time to allow needed repairs during the 8:00am to 4:30pm time frame to avoid costly overtime repairs. (example of a non-emergency repair Saturday afternoon car is identified as not working properly. All other cars functioning properly. VA waits to call this in until Monday Morning during normal working hours). PARTS COVERED: The Contractor shall furnish and install or repair when and as necessary the following, but is not limited to at no additional cost, machine hydraulic pumps, motor generators, controllers, selectors, worms, gears, thrusts, windings, commutators, hydraulic pump ""VEE"" belts and pulleys, hydraulic valve components and coils, circuits, magnet frames, relays, contactors, control fuses, cams, car door and hoist way door hangers, rollers, tracks, governors, push buttons, annunciators, hall lanterns and indicators, lamp replacements in signal systems and all other elevator signal and accessory equipment. All parts shall be new and to the original manufacturer's design and specification or equal. The Contractor is responsible for replacement of all light bulbs in elevator shafts on top and bottom of cars, hoist way crawl spaces, etc. Interior cab lights and elevator machine room lights will be the responsibility of the VA. An adequate supply of spare parts shall be maintained on site by the contractor at all times to ensure prompt preventive maintenance and repair services. All parts shall be the same as the original manufactures design and specification, or equal thereto. All lubricants shall be the same as or equal to those recommended by the manufacturer. WARANTY: It is the intent of this contract to cover preventive maintenance and repair services as stipulated in the contract. The inventory in section A, Main Hospital Building #1 includes 10 elevators. These 10 elevators are currently under a remodeling construction contract with an expectation for completion on June 1st, 2020. The elevators, once turned over, have a 1-year warranty coverage for any defective parts. Currently Cras 10, 5 warranty will be up February 2020. Cars 4 and 9 will have a warranty until July 2020. Cars 3, and 8 have coverage until December 2020. Currently in construction are cars 1 and 7 with an expected completion date of April 1st 2020, then the 2 remaining last cars to be completed are 2 and 6. Upon preventive maintenance service or repair services being performed that indicate a defective or malfunctioning part, the contractor is to let the VA Representative know immediately who will initiate warranty call back from the installation company. EMERGENCY RESPONSE / ENTRAPMENT: Entrapment and/or emergency evacuations will be handled on a 24/7 365 days a year basis with a guaranteed response time of 1-hour. Upon arrival of the elevator technician the VA contracting representative and/or VA Police will hand over the keys to the technician. It is the VA s intent on any given time of an entrapment that 911 is initiated with the Albany Fire Department. Emergency repairs will be handled on a 24/7 365 day a year situation where critical patient care is compromised such as, but not limited to, stalled or non-functioning code elevator or critical system malfunction that limits access to the sub-basement for cars 6 and 7 or critical patient transport. HOURS OF OPERATION: Normal Business Hours M-F 8:00am to 4:30pm. During these times preventive maintenance will be accomplished and in the case of a stalled or broken-down elevator a call will be placed with priority response expected within 2-hours for a technician to be on site. ELEVATOR INSPECTIONS & SUPPORT: It is the intent of this contract that the VA will contract separately for elevator annual inspections and 5-year full load testing for certificates of operation with an independent licensed inspector. However, upon contracting these inspection services, the offeror will be required to operate the car for these required inspections. Additionally, in the event there is a need for an electrical interruption that affects the elevator operation, it is the intent the offeror will be required to support the VA with ensuring the affected cars are systematically shut down and returned to service prior to and after the electrical work is completed. These situations, rare, but may occur, will be scheduled far in advance with the elevator company to allow proper resources and labor to accommodate the VA work. CONTRACTOR REQUIREMENTS: Contractor shall provide all management, supervision, labor, parts, material, tools, incidental engineering services, and transportation necessary to perform maintenance, repair, inspection, testing, and component replacement to keep vertical transportation equipment operating as originally specified by equipment manufacturer or modified with the approval of the VA. Contractor, without additional expense to the Government, shall obtain all licenses, permits, and insurance required to perform the work in this statement of work. Contractor shall comply with all applicable federal, state, and local laws. Evidence of insurance, licenses, and permits shall be provided to the Contracting Officer prior to commencing work. Contractor shall comply with the most recent applicable codes and standards as outlined in this SOW. Contractor is currently engaged in maintenance, repair, inspection, and testing of vertical transportation equipment. Contractor shall have a minimum of five (5) years of current (within the past seven (7) years) of successful experience maintaining elevator equipment identical or similar to the vertical transportation equipment listed in this contract. Offerors shall submit references for the five (5) years of experience including names, addresses, and telephone numbers of specific companies and key personnel to contact. The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of the contract manager and an alternate shall be designated in writing to the CO/COR prior to the contract start date. Changes to personnel shall be submitted to the Government within five (5) work days of the changes. The Contract Manager or alternate shall have full authority to act on all contract matters relating to the daily operation of the contract. The Contract Manager or alternate shall be available to speak/meet with the CO/COR within 24 hours of request during normal operating hours, and or within the next business day after Friday or a Federal holiday. Contractor shall provide Elevator Mechanics/Technicians who have completed an Apprenticeship Program and passed the Mechanic/Technician Examination approved and certified by the U.S. Department of Labor. Certified Elevator Mechanics/Technicians shall have technical qualifications of at least five (5) years of successful experience in the elevator industry. Apprentices shall be actively pursuing Certified Elevator Mechanic/Technician status. Certificates shall be submitted to the CO/COR. All employees of the contractor performing work under this contract at the VAMC for more than forty (40) hours over contract period shall have completed up to one hour of Infectious Control training provided by the VA. All employees of the contractor shall have completed a 10-hour OSHA Safety Course. Certificates of completion shall be submitted to the CO/COR. The selection, assignment, and management of contractor s employees are the responsibility of the Contractor. The Contactor shall not employ any individual identified as a potential threat to the health, safety, security, and general wellbeing, or operation of the VA/VAMC or personnel. The Contractor is fully responsible for the performance and conduct of his/her employees at all times. The Contractor shall not allow any employee to perform work under this contract while under the influence of alcohol, drugs, or any other incapacitating agent. The contractor shall be responsible for the installation of signs and/barricades as related to equipment and/or systems as deemed necessary by the facility POC/COR. WRITTEN MAINTENANCE RECORDS & REPORTS: The elevator contractor shall maintain a Log Book in each and every elevator machine room. The log shall list the date and time of all maintenance activities and all trouble calls. Each trouble call shall be fully described including the nature of the call, necessary correction performed, or parts replaced. The elevator contractor shall record in the log book all tests conducted, technicians performing the tests, and the results of the tests including any deficiencies found. This is in addition to recording this information in the Data Base. A Written Maintenance Control Program shall be in place to maintain the equipment in compliance with ASME A17.1 Section 8.6. The Contractor shall post a check chart for each elevator in each machine room in a conspicuous place, in the room containing the equipment controller. These check charts shall list each elevator component showing a schedule of the manufacturer s recommended frequency of inspection of each component on a weekly, monthly, quarterly, semi-annual, and annual. Entries shall indicate the status of schedule items of maintenance work performed. The check chart shall be kept up to date at all times and must be initialed and dated by the Contractor s employee to indicate that the work has been accomplished. A check chart shall be available for review by the Contracting Officer or designated representative and the Contractor will physically show the CO or designated representative the completed work on request. CODES and STANDARDS Publications listed herein form a part of this statement of work. Elevators shall meet the requirements of code editions published by ASME, NFPA, IBC, and adopted by the Department of Veterans Affairs on the date the installation contract was signed or when alterations were performed. Elevator Industry Field Employees Safety Handbook International Building Code (IBC) American Society of Mechanical Engineers (ASME): A17.1 - Safety Code for Elevators and Escalators A17.2 - Inspectors Manual for Electric Elevators and Escalators A17.3 - Safety Code for Existing Elevators and Escalators A17.5 - Elevator and Escalator Electrical Equipment A17.6 - Standard for Elevator Suspension, Compensation, and Governors A18.1 - Safety Standard for Platform Lifts and Stairway Chairlifts QEI-1 - Standard for the Qualification of Elevator Inspectors National Fire Protection Association (NFPA): NFPA 13 - Standard for the Installation of Sprinkler Systems NFPA 70 - National Electrical Code (NEC) NFPA 72 - National Fire Alarm and Signaling Code NFPA 101 - Life Safety Code NFPA 252 - Fire Test of Door Assemblies NOT COVERED: Painting of machine rooms, machinery, elevator hall doors. Air conditioning repairs and maintenance in the elevator machine room space. This is handled by the VA Main electrical distribution to the elevator controls, including electrical panels, circuit breakers feeding the elevator controllers. PERIOD OF PERFORMANCE: Period of Performance will be one (1) year from award of contract with provision for four (4) Option Years. PLACE OF PERFORMANCE: Place of Performance for all services will be at the Department of Veterans Affairs Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c3d1fcec4b1f46f3a6d1645312294fa1/view)
- Place of Performance
- Address: Department of Veterans Affairs;Stratton VA Medical Center;113 Holland Ave;Albany, NY 12208, USA
- Zip Code: 12208
- Country: USA
- Zip Code: 12208
- Record
- SN05577489-F 20200304/200302230208 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |