Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

H -- Service Contract for Elevator Inspection.

Notice Date
3/23/2020 3:53:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0241
 
Response Due
3/30/2020 12:00:00 AM
 
Archive Date
04/29/2020
 
Point of Contact
Jerry Choinski Jerry.Choinski@va.gov
 
E-Mail Address
Jerry.Choinski@va.gov
(Jerry.Choinski@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 17 of 17 Combined Synopsis Solicitation Connecticut VAMC Facilities Elevator Inspection Services (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24120Q0241 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This requirement is being issued as a Service-Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 541350 Building Inspection Services and small business size standard is $8 million. (v) The Government intends to award a firm-fixed price award for a Contractor to provide QEI elevator inspection services at the New Haven and Newington Veterans Affairs Medical Centers, CT. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide all management, supplies, equipment and labor necessary to perform QEI Elevator Inspection Services in accordance with the Performance Work Statement. Contract Period: Base POP Begin: 04-01-2020 POP End: 03-31-2021 2.00 EA __________________ __________________ 0002 The contractor shall provide all management, supplies, equipment and labor necessary to perform Emergency QEI Elevator Inspection Services in accordance with the Performance Work Statement. (PWS para 7.5) Contract Period: Base POP Begin: 04-01-2020 POP End: 03-31-2021 1.00 JB __________________ __________________ 1001 The contractor shall provide all management, supplies, equipment and labor necessary to perform QEI Elevator Inspection Services in accordance with the Performance Work Statement. Contract Period: Option 1 POP Begin: 04-01-2021 POP End: 03-31-2022 2.00 EA __________________ __________________ 1002 The contractor shall provide all management, supplies, equipment and labor necessary to perform Emergency QEI Elevator Inspection Services in accordance with the Performance Work Statement. (PWS para 7.5) Contract Period: Option 1 POP Begin: 04-01-2021 POP End: 03-31-2022 1.00 JB __________________ __________________ 2001 The contractor shall provide all management, supplies, equipment and labor necessary to perform QEI Elevator Inspection Services in accordance with the Performance Work Statement. Contract Period: Option 2 POP Begin: 04-01-2022 POP End: 03-31-2023 2.00 EA __________________ __________________ 2002 The contractor shall provide all management, supplies, equipment and labor necessary to perform Emergency QEI Elevator Inspection Services in accordance with the Performance Work Statement. (PWS para 7.5) Contract Period: Option 2 POP Begin: 04-01-2022 POP End: 03-31-2023 1.00 JB __________________ __________________ 3001 The contractor shall provide all management, supplies, equipment and labor necessary to perform QEI Elevator Inspection Services in accordance with the Performance Work Statement. Contract Period: Option 3 POP Begin: 04-01-2023 POP End: 03-31-2024 2.00 EA __________________ __________________ 3002 The contractor shall provide all management, supplies, equipment and labor necessary to perform Emergency QEI Elevator Inspection Services in accordance with the Performance Work Statement. (PWS para 7.5) Contract Period: Option 3 POP Begin: 04-01-2023 POP End: 03-31-2024 1.00 JB __________________ __________________ 4001 The contractor shall provide all management, supplies, equipment and labor necessary to perform QEI Elevator Inspection Services in accordance with the Performance Work Statement. Contract Period: Option 4 POP Begin: 04-01-2024 POP End: 03-31-2025 2.00 EA __________________ __________________ 4002 The contractor shall provide all management, supplies, equipment and labor necessary to perform Emergency QEI Elevator Inspection Services in accordance with the Performance Work Statement. (PWS para 7.5) Contract Period: Option 4 POP Begin: 04-01-2024 POP End: 03-31-2025 1.00 JB __________________ __________________ GRAND TOTAL __________________ (vi) The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, and supervision necessary to perform Elevator Inspection Services. Services shall include QEI inspection and certification of 39 elevators/lifts in accordance with the attached Performance Work Statement. (vii) The Place of Performance are the Connecticut VAMC facilities at 950 Campbell Ave. West Haven CT, 06516 and 555 Willard Ave. Newington CT, 06111. The period of performance is listed in the attached Performance Work Statement. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.233-2 Service of Protest (Sept 2006); 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018); 852.233-71 Alternate Protest Procedure )Oct 2018); 852.252-70 Solicitation Provisions Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Jerry.Choinski@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. Due to current world events a site visit is NOT scheduled. If you feel that a site visit would significantly benefit your ability to provide an accurate quote please submit a site visit request with justification VIA e-mail to Jerry.Choinski@va.gov for review and consideration, please note there is no guarantee that a site visit will be held if requested. The cut-off date and time for receipt of questions is 27-March-2020 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:� Price (Follow these instructions): Offeror will complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"" and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).� Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. Contractor shall provide a quality control plan, which explains the offerors approach to quality control and methodologies. An example quality assurance surveillance plan is attached, see Attachment 2 QASP and can be utilized as a template. Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"" and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xii) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the 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), 52.204-13 System for Award Management Maintenance (Oct 2108), 52.218-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.219-10 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14 Limitation on Subcontracting, 52.228-5 Insurance-Work on a Government Installation (Jan 1997), CL-120 Supplemental Insurance Requirement, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (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 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days 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 66 months. (End of Clause) 852.219-10�VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition.� For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled Veteran-owned small business concerns. Only VIP-listed service-disabled Veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement.� When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled Veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 compliance with the subcontracting commitments. (xiii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.232-33, 52.242-5, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (West Haven New Haven County WD 2015-4127 (Rev.-13) and (Newington) Hartford County WD 2015-4120 (Rev-13), 52.222-55, 52.222-62 (xiv) All contract requirement(s) and/or terms and conditions are stated above. (xv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xvi) RFQ responses are due March 30, 2020 at 10:00 AM EST. RFQ responses must be submitted via email to: Jerry.Choinski@va.gov. Hand deliveries will not be accepted. (xvii) The POC of this solicitation is Jerry Choinski (Jerry.Choinski@va.gov). Performance Work Statement QEI Elevator Inspections The contractor shall provide a Qualified Elevator Inspector (QEI) to perform the following annual inspection services of 39 elevators/lifts at the West Haven and Newington VA Campuses. The contractor shall provide the Contracting Officer Representative (COR) a copy of the inspector s QEI certification within 10 days of contract award. The QEI must be registered and currently certified with NAESAI. The inspection services will be divided into two separate visits, March and September, in order to minimize the down time of elevator operation for VA customers. The contractor shall provide an on-site survey evaluation of approximately thirty-nine (39) elevators/lifts to determine operating performance based on engineering practices common to the vertical transportation industry. The following is a list of elevators/lifts in the West Haven and Newington Campuses. During the annual inspection year contractor will split annual inspections of Hydraulic units and gearless units at both West Haven and Newington campuses. Allowing the week visit to perform annual required inspections during the visit and allowing time to conduct a semi-annual performance inspection on units that are not scheduled for an annual inspection. West Haven Campus BUILDING 1 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P1 Passenger (PASS) Montgomery 1996 CTS- 82866 GLS 4000 500 16-Mar 13-Nov P2 Passenger Montgomery 1996 CTS- GLS 4000 500 16-Mar 13-Nov P3 Passenger Montgomery 1996 CTS- GLS 4000 500 16-Mar 13-Nov P4 Passenger Montgomery 1996 CTS- GLS 4000 500 16-Mar 13-Nov P5 Passenger MCE/HW 1999 20067 GLS 5000 500 16-Mar 15-Aug S1 Service Montgomery 1996 CTS- GLS 4500 500 16-Mar 13-Nov S2 Service MCE/HW 1999 20068 GLS 5000 500 16-Mar 15-Jun F1 Freight GENERAL UNK 69901 DRM 2000 25 16-Mar 13-Nov CL1 Cart lift (CL) MATOT 1999 100872 WGT 1000 150 16-Mar 15-Jun CL2 Cart lift MATOT 1999 100871 WGT 1000 150 16-Mar 15-Jun DW3 Dumbwaiter (DW) MATOT 1996 26193 WGT 500 150 N/A N/A DW4 Dumbwaiter MATOT 1996 26192 WGT 500 150 N/A N/A BUILDING 2 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P6 PASS Montgomery 1997 CTS- GLS 4000 400 16-Mar 13-Nov P7 PASS Montgomery 1997 CTS- GLS 4000 400 16-Mar 13-Nov P8 PASS Montgomery 1997 CTS- GLS 4000 400 16-Mar 13-Nov P9 PASS MCE 1998 19835 HYD 5000 150 15-Jun 15-Jun P10 PASS MCE 1998 19836 HYD 5000 150 15-Jun 15-Jun S3 SVC Montgomery 1997 CTS- GLS 5000 400 16-Mar 13-Nov S4 SVC MCE 1998 19598 HYD 5000 100 15-Jun 15-Jun BUILDING: 5 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P11 PASS ALLIED 1988 UNK HYD 4000 125 15-Jun 15-Jun BUILDING: 15 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P12 PASS OTIS UNK 242444 WGT 2000 50 16-Mar 13-Nov BUILDING: 24 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE S5 SVC ESCO 1996 P96- HYD 1000 UNK 15-Jun N/A BUILDING: 35A ELE. # ELE. TYPE INST DATE SERIAL NUMBER MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P13 PASS VMI 2004 03-1212JJ HYD 3000 100 15-Jun 15-Jun FISHER HOUSE ELE. # ELE. TYPE INST DATE SERIAL NUMBER MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P14 PASS ThyssenKrupp 2018 HYD 50 BUILDING: 19 ELE. # ELE. TYPE INST DATE SERIAL NUMBER MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE S19 SERVICE UNKN 2019 HYD 50 JUN 19 Newington Campus BUILDING: 1 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P4 PASS Montgomery 1998 CTS82520 WGT 2500 300 15-Sep 13-Apr P5 PASS Montgomery 1998 CTS82521 WGT 2500 300 15-Sep 13-Apr BUILDING: 2C ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P6 PASS Montgomery 2000 CP82518 HYD 3000 100 16-Mar 15-Jun P7 PASS Montgomery 2000 CP82519 HYD 5000 100 16-Mar 15-Jun BUILDING: 2E ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P1 PASS Montgomery 1997 CT82513 WGT 5000 350 15-Sep 13-Apr P2 PASS Montgomery 1997 CT82514 WGT 5000 350 15-Sep 13-Apr P3 PASS Montgomery 1997 CT82515 WGT 5000 350 15-Sep 13-Apr S1 SVC Montgomery 1997 CT82516 WGT 5000 350 15-Sep 13-Apr S2 SVC Montgomery 1997 CT82517 WGT 5000 350 15-Sep 13-Apr BUILDING: 3 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE S3 SVC Montgomery 1996 CT85384 WGT 2500 150 15-Sep 13-Apr BUILDING: 4 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P8 PASS OTIS 1979 263392 HYD 2000 125 16-Mar N/A BUILDING: 12 ELE. # ELE. TYPE Install Date SERIA L # MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE S4 SVC VIRGINIA 1983 831139 HYD 2500 50 16-Mar 15-Jun BUILDING: 32 ELE. # ELE. TYPE INST DATE SERIAL NUMBER MACH TYPE Rated Cap RATED SPEED CAT 1 TEST CAT 5 TEST MAKE P10 PASS ESCO UNK C76251 HYD 3500 35 16-Mar N/A The inspection/evaluation shall be conducted in accordance with the latest editions of the American Society of Mechanical Engineers, ASME A17.1, ASME A17.2, ASME A17.3. The evaluation shall include a review of the existing equipment for safety code compliance, firefighters service, ADAAG requirements, recommended upgrades, enhancements and/or modernization. The evaluation shall include review of the facility s disaster plan to determine its effectiveness when elevators are under emergency conditions. The evaluation shall include monitoring Category 1 (Semi- annual and Annual tests) and CAT 5 (Five-year full load test) test requirements. CAT 5 testing will be performed on scheduled visit year 2022 as required. (CAT Five testing due during OPTION YEAR 2). Each evaluation shall include a meeting with Facilities Services to discus...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d25e7dc4c0d4a49b4fe31de04907d1e/view)
 
Place of Performance
Address: Department of Veterans Affairs CT facilities;950 Campbell Ave;West Haven, CT 06516;555 Willard Ave;Newington, CT 06111 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05597087-F 20200325/200323230144 (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 |
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.