Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOLICITATION NOTICE

H -- Elevator Test Inspection

Notice Date
8/12/2020 11:09:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0001
 
Response Due
9/15/2020 10:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA Loma Linda Elevator Inspections 1.B. Description: VA Loma Linda Healthcare System has a requirement for elevator inspections in accordance with the American Society of Mechanical Engineers (ASME) Safety Code for Elevators and Escalators (ANSI ASME Al7.1). 1.C. Project Location: VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26210Q0001. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 541350, Building Inspection Services. 1.G. Small Business Size Standard: $8 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base year + up to four option years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5630, rev 14 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1000 am Tuesday, August 25, 2020. Participants will meet at the employee entrance by the parking structure, on the South east side of hospital and left of the loading dock. All participants must have face covering and practice social distancing. Please email peter.kim33@va.gov to indicate that you are participating in the site survey 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 1000 am Thursday, September 3, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000 am Tuesday September 15, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. Documentation demonstrating 5 years of experience providing elevator inspection services 2. Statement of Work. 2.A. Objectives. Contractor shall provide all inspections, engineering, management, supervision, manpower, materials, supplies, equipment, travel and all costs to and from, so as to plan, schedule, coordinate and assure effective performance of all inspections services for the elevators and other vertical transport equipment of the VA Loma Linda Healthcare System. 2.A. Specific Tasks. 2.A.1. Safety Inspections - The contractor shall conduct no-load, full-load and special tests as required by A17.1 and A17,2, which shall be conducted by the elevator maintenance contractor. 2.A.1.A. The tests shall include all semi-annual and annual tests as recommended under A17.1andA17.2. 2.A.1.B. The semi-annual inspection shall be completed within 180 days of the previous inspection. 2.A.1.C. The Certification of Elevator Inspection shall be used to document the certification of the elevators. 2.A.2. Maintenance/Safety Inspections - Semi-annual maintenance inspections shall be performed by the contractor on each elevator and its components. 2.A.2.A. An Elevator Inspection Report shall be used to document the results of each inspection. 2.A.2.B. In addition to using the standards in the A17.1 and A17.2 Codes, the inspection contractor shall assure that the maintenance contractor's preventative maintenance check charts are up to date and correctly annotated and shall inspect the Elevator Equipment for evidence of proper maintenance, adjustment and repair. 2.A.2.C. Deficiencies shall be recorded in the remarks area of the inspection form. 2.A.3. Elevator Inspection Schedules - In order to minimize interruption of, or interference with Government business, the contractor shall arrange a specific time and date for each inspection visit with the Contracting Officer's Representative (COR). 2.A.3.A. All inspections shall be coordinated at least three weeks in advance with the COR. 2.A.3.B. Unless otherwise coordinated with the COR, all work under the contract shall be performed during regular working hours/regular working days (7:00 am through 3:30 pm, Monday through Friday, excluding federal holidays). 2.A.3.C. If the COR coordinates inspections to occur outside of regular working hours/regular working days to minimize interruption of or interference with Government business, such work shall be done at scheduled pricing at no additional cost to the Government. 2.A.4. Any condition found affecting the immediate safety of passengers or elevator equipment shall be reported verbally immediately to the COR. Within 24 hours, a written report clearly listing the defects found and the recommended corrective action shall be submitted to the COR. A copy of the report shall also be provided to the Contracting Officer. 2.A.5. Upon completion of each inspection, the inspection contractor shall obtain the signature of the COR on the Elevator Inspection Report. 2.A.5.A. This report may be handwritten at the time of the inspection but must be submitted in typed format within two weeks of the inspection. 2.A.5.B. During the annual routine inspections, the inspector shall have prepared the Certificate of Elevator Inspection and shall furnish the signed certificate to the COR. 2.A.5.C. The contract inspector shall meet with the COR at the start of each inspection visit to review the status of the elevator system. 2.A.5.D. The COR will provide all necessary elevator maintenance documentation to the inspector for use during the inspection visit. 2.A.5.E. The inspection contractor shall meet with the COR at the conclusion of the inspection to present findings. 2.A.5.F. The inspector shall detail any problem areas encountered, and present recommended solutions to any problems discovered. 2.A.6. Schedule of Reports. Submission Due Date Finding of Emergency Condition Immediately, verbally Within 24 Failure of Inspection Immediately, verbally Inspection Within 2 weeks of Certificate of Elevator Inspections Within 2 weeks of 2.A.7. List of Systems     Bldg # Elevator Number Rated Capacity       Clin # Elevator Type Pounds Persons Stops Openings Speed (FPM) Manufacturer Year Installed 126 Gearless Traction 2 P-1 4000 20 4 4 350 MCE 2010 127 Gearless Traction 2 P-2 4000 20 4 4 350 MCE 2010 128 Gearless Traction 2 S-1 5000 25 4 4 350 MCE 2010 129 Gearless Traction 2 S-2 5000 25 4 4 350 MCE 2005 130 Gearless Traction 2 S-3 5000 25 4 4 350 MCE 2005 131 Gearless Traction 2 S-4 5000 25 4 4 350 MCE 2005 132 Gearless Traction 2 S-5 5000 25 4 4 350 MCE 2010 133 Gearless Traction 2 S-6 5000 3 4 4 350 MCE 2010 134 Geared Traction 2 S-7 5000 3 4 4 350 MCE 2010 135 Geared Traction 2 S-8 5000 25 4 4 350 MCE 2010 136 Gearless Traction 2 T-1 6000 38 4 4 200 MCE 2015 137 Cartlift Traction 2 T-2 500 NA 2 2 100 DA Matot 2010 138 Cartlift Traction 2 T-3 500 NA 2 2 100 DA Matot 2010 139 Gearless Traction 2 T-4 9000 52 4 4 200 MCE 2015 140 Hydraulic 2 F-1 5000 25 3 3 100 Montgomery 1989 141 Dumbwaiter 2 DW-1 500 NA 2 2 100 DA Matot 1977 142 Hydraulic Parking Garage PG-1 400 22 4 4 100 MCE 2009 143 Gearless Traction 2 P-3 4000 20 4 4 350 MCE 2012 144 Hydraulic 2 MT 4000 0 2 2 25 AJAY 2012 Gearless MRL 20 PB1 3500 21 2 2 200 Otis 2016 Gearless Traction 32 BH1 4000 20 2 2 200 MCE 2015 Hydraulic 31 CB1 4000 20 2 2 100 Thyssenkrupp 2016 2.A.8. Government Re-Inspections and Tests - All inspections and other services may be subject to re-inspection, examination and test by Government inspectors at any and all times during the course of the work and at all and any places where such work is being carried on. The Government shall have the right to reject defective inspections or reports. Rejected items shall he satisfactorily corrected and/or replaced without additional expense to the Government. 2.B. Contractor Qualifications. 2.B.1. Contractor must have at least 5 years of experience providing elevator inspection services. 2.B.2. Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.B.3. Inspectors provided by the contractor under this contract must possess current ASME-QEI (American Society of Mechanical Engineers - Qualified Elevator Inspector) certification. The inspector must provide a copy of a current certificate before the inspector begins any inspection under this contract. 2.C. General Requirements 2.C.1. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the facility. 2.C.2. Smoking Policy. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.C.3. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 2.C.4. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 2.D. Performance Monitoring. The Contracting Office Representative (COR) will monitor contractor performance. The COR will certify the work was done in accordance with the SOW. COR will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.E. Work Hours: Normal Working hours are 7:0am to 3:30pm, Monday thru Friday 2.E.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 2.F. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 2.G. Safety 2.G.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.G.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.G.3. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.G.4. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.G.5. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.H. Insurance Coverage. 2.H.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.H.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.H.3. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.H.4. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective August 3, 2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2fb9a23e1c843b589717cdb799b3d3c/view)
 
Place of Performance
Address: VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05754498-F 20200814/200812230143 (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.