Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

J -- Sources Sought for Semi-Annual Elevator Inspection Services

Notice Date
9/11/2020 6:49:37 AM
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0024
 
Response Due
9/25/2020 12:00:00 PM
 
Archive Date
11/24/2020
 
Point of Contact
shawn.vanzandt@va.gov, Shawn Vanzandt, Phone: 479-444-5013
 
E-Mail Address
Shawn.Vanzandt@va.gov
(Shawn.Vanzandt@va.gov)
 
Awardee
null
 
Description
The purpose for this source sought notice is to locate interested companies that can furnish the REQUIREMENTS listed in the SOW that is attached. Offeror's capability to meet this requirement including any current contracts with more than 2 years of Period of Performance (Civilian or Government) to include meeting the below listed accreditations or similar standards, facility description, capabilities, and certifications. Responses must show clear and convincing evidence that your company and its employees have the capabilities, training, and qualifications to provide this service to be considered as a source. The following information is requested in a response to this RFI: 1. General Company information- Offeror's company name, DUNS, full address, point of contact, title, phone number, and email address. Name: Address: Contact Person: Phone number: Email address: DUNS number: Cage Code Number: Company website if available: 2. Business Type Please put a check mark or circle around the type of business you are below: a) Large b) 8(a) c) HubZone d) Small Business e) Small Disadvantaged Business f) Woman Owned Small Business g) Service-Disabled Veteran Owned Small Business h) Veteran Owned Small Business ***Note - All Veteran Owned Businesses must be registered in VetBiz at http://www.vip.vetbiz.gov/general_user/register/default.asp to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be verified with the seal/icon or show pending verification in VetBiz Registry (https://www.vip.vetbiz.gov//) to be considered as a SDVOSB or VOSB source. 3. How long has your company provided these services? See attached Past Performance. 4. Provide information for any current or past VA contracts for these products and services. 5. Is your company registered in the System for Award Management at WWW.SAM.GOV? The NAICS code for the procurement is 541350 and the small business size standard is $8 Million dollars. Any future RFP will be conducted in accordance with FAR Parts 12 and 15. The Government may elect to award a Firm Fixed Price contract resulting from the solicitation. Responses to this market survey should be e mailed to shawn.vanzandt@va.gov. No telephone responses will be accepted. Please provide a detailed response to the below Performance Work Statement stating how you can meet all aspects stated. It is requested that responses be received no later than 2:00 pm Central, September 25th, 2020. *NOTE* SDVOSB Contractors to provide documentation to fulfill capabilities of the following clause: FAR 52.219-27. No solicitation document is available currently; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a separate solicitation announcement. Statement of Work (SOW) Elevator Semi Annual Inspection Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas The Contractor must furnish all Labor, Supervision and management in accordance with the SOW and drawing(s) required for the Semi-Annual inspection of nineteen (19) elevators. General Any provision or partial provision of the Contract drawing(s), documents or requirements that is not consistent with this SOW and Drawing(s), is null and void only to the extent of the inconsistency. All other provisions or partial provisions of the Contract drawing(s), documents, or requirements must remain in full force and effect. Information Technology (IT) security requirements Certification and Accreditation (authorization) (C&A) of the Contractor system: The C & A requirements do not apply, and a Security Accreditation Package is not required. Safety must be the Contractor s highest priority. Contractor s work must be conducted in a manner and at times which would present the least amount of disruption to the VHSO facility. Scope of Work: The Contractor must furnish all management, supervision, labor, material, equipment, tools, supplies and related services in accordance with (IAW) the Contract including, but not limited to, the SOW, drawing(s), and applicable Federal, State, and Local laws, codes, regulations, and ordinances as follows: A minor and a major inspection will be completed by a qualified licensed elevator inspector of sixteen (16) Hydraulic Elevators, two (2) Traction Elevators, and one (1) Cart Lift. Minor Inspection: must include all phases of elevator operation, functioning of all safeties, operation controls, lighting, exhaust systems, oil levels (as applicable), cables, stops, hoist ways, shafts and elevator pits and mechanical rooms. Major Inspection: must consist of all above items plus act as a witness for the annual safety testing of all units. Qualified service technician(s) must be trained and certified on the systems and equipment and furnish documentation to the COR no later than ten (10) calendar days after date of award of contract. Note: The contractor will provide inspection services only and will not perform any maintenance Minimize Elevator systems and equipment downtime. Regulations: The contractor must maintain elevators in accordance with all requirements of the American Standard Safety Code ANSI A17.1 latest edition or revisions and all existing Federal, State, and local laws, codes, rules and regulations set forth by all applicable authorities having jurisdiction where the work is being performed. Five-Year Load Test Must be on-site and overview outside contractor. Test to be performed by an outside contractor IAW another VA contract. Test to be conducted on two (2) Traction elevators and one (1) cart lift. VHSO must approve dates test will be conducted. Test is to be done in base period of contract. Scheduled Equipment: Location/Description Load Test Cart Model/Serial Capacity (Ibs.) Control Bldg. 1 Main Passenger 2 Yes Dover FT1-AOC078366020- 000022 3500 Cetek Flex-H Bldg. 1 Main Passenger 1 Yes Dover/Kone 3500CAP 3500 Cetek Flex-H Bldg. 1 Cart Lift Yes D A Matot Miprone-SL 500 Bldg. 1 & 2 Elev #1 No Thyssen Krupp Type 32 3500 TAC 22 Bldg. 1 & 2 Elev #2 No Thyssen Krupp Type 32 3500 TAC 22 Bldg. 2 Service Elev. 1 No Montgomery/ Kone FH1-00234324812- 000146 3500 Cetek Flex-H Bldg. 2 Service Elev. 2 No Montgomery/ Kone FH1-00234324812- 000147 3500 Cetek Flex-H Bldg. 2 Freight/Kitchen No Montgomery/ Kone FH1-00234324812 2500 Cetek Flex-H Bldg. 3 Passenger No Dover AP12040 3500 Cetek Flex-H Bldg. 4 Passenger No Thyssen Krupp FH1-00234324812- 000133 3500 Cetek Flex-H Bldg. 5 Wheel Chair Lift No Thyssen Krupp PCDE60 750 Unknown Primary Care Staff No Thyssen Krupp Tac 20 3000 TAC 20 Building 18 elev. 1 No Thyssen Krupp Tac 20 4000 TAC 22 Building 18 elev. 2 No Thyssen Krupp Tac 20 4000 TAC 22 Primary Care Passenger No Dover Kone MIPROM HS 4500 Cetek Flex-H Bldg. 21 Elev. 1 No Thyssen Krupp Type 32 3500 TAC 22 Bldg. 21 Elev. 2 No Thyssen Krupp Type 32 3500 TAC 22 Bldg. 21 Elev. 3 No Thyssen Krupp Type 32 3500 TAC 22 Bldg. 44 No Thyssen Krupp TAC 22 4500 TAC 22 Drawings: Contractor must verify dimensions, locations, measurements, and quantities. Contractor to notify Contracting Officer Representative (COR) of verification and differing site conditions. Drawing List: Drawing Number Drawing Name Date Revision Number AA001 Title Sheet & Table of Contents 07/10/19 - MS100 Site Plan 07/10/19 - MS101 Bldg 1&2 Elev & Primary Care Patient Elev Maint Pt 07/10/19 - MS102 Bldg 1 Maint Cart Lift Maint Pt 07/10/19 - MS103 Bldg 2 SVC Elev Maint Pt 07/10/19 - MS104 Bldg 2 Freight/Kitchen Lift Maint Pt 07/10/19 - MS105 Bldg 18 Elev Maint Pt 07/10/19 - MS106 Bldg 3 Elev Maint Pt 07/10/19 - MS107 Bldg 4 Elev Maint Pt 07/10/19 - MS108 Bldg 5 Elev Maint Pt 07/10/19 - MS109 Bldg 21 Elev Maint Pt 07/10/19 - MS110 Bldg 44 Elev Maint Pt 07/10/19 - MS111 Primary Care Staff Elev Maint Pt 07/10/19 - MS112 Bldg 1 Main Passenger Elev Maint Pt 07/10/19 - Contractor Access and Activities Contractor must comply with the VHSO security management program. Contractor must not enter the work site without VHSO issued identity Badge. Contractor can be subject to inspection of personal effects when entering or leaving the project site and VHSO property. Contractor superintendent must escort Contractor employees to Engineering (Building 7-A) to obtain badge(s). The Contractor must maintain a log of Employee Names, Badge ID Numbers, Start Date(s), Departure Date(s), ID Lost Date(s), and ID Return Date(s). Updated Badge log must be given to the COR weekly or as directed by COR. Contractor s superintendent must return all badges on day of departure of employee from contract to COR. Contractor s superintendent must return all remaining badges at contract closeout to COR. Lost Badges must be reported immediately to the COR and documented on badge log. Contractor is responsible for a $100.00 fee for each lost or unreturned badge to VHSO. Property Access Regular Business Hours: PM must be scheduled during normal business hours, 0730 to 1600 hours, Monday through Friday (excluding the following Federal holidays New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). COR must be informed in the following situations: To schedule any work. After arriving on site but before any work is started. To provide an approximate timeframe for the work. As soon as it is known that the work will take longer than expected. At completion of work prior to leaving the facility. To report any incomplete aspects of the work or issues that could not be corrected during the visit. To furnish a written plan for corrective action for any work that cannot be completely within 24 hours. Plan must be furnished to and approved by the COR. Safety: Safety must be the Contractor s highest priority. The Contractor must be in accordance with Federal, State, Local OSHA regulations, latest edition of NEC, latest edition of NFPA 70E, and 01 35 26 Safety Requirements specification. The Contractor must furnish and have in place Personal Protective Equipment (PPE) including, but not limited to, safety signage, cones, and barricades, to protect the safety of VHSO patients, employees, visitors, volunteers, tenants and others. Contractor must not be permitted to work without proper PPE and can be directed to leave job site. Contractor must furnish required safety items and wear required PPE. Work must be conducted in a manner and at times which would present the least amount of disruption to the VA healthcare facility. Contractor must not leave or unattended out-of-service any utility, fire protection, or security system without written permission of the COR. If a utility, fire protection, or security system is not functioning at the end of a work period without written permission of the COR, then the Contractor must restore the system(s) to working order prior to leaving the jobsite or must furnish an around-the-clock watch until the system is functioning properly. If the Contractor fails to do so, the Contractor must reimburse the Government for any costs incurred by the VHSO to furnish around-the-clock watch and/or repair the system(s). Vehicles and Construction equipment: Contractors keys to unattended vehicles and equipment must be removed and vehicles locked. Unloading and Parking: No materials or equipment are permitted through the front entry. Use loading dock entrance only for loading and unloading, do not leave vehicle(s) unattended. Contractor parking on VHSO property is limited to availability of designated Contractor parking. Contractor must have prior written approval of on-site Contractor parking from COR. Elevators: Contractor must use COR designated elevators and must protect elevator cabs and controls during periods of use. Contractor must not exceed elevator weight limits. Designated elevator(s) and usage times are not to interfere with VHSO activities. Radios and Mobile Devices: Contractor must use mobile devices at low volume or outside. Contractor must not carry on conversations in hallways or near any patient areas. AM/FM radios and other media producing devices must not be used in the VHSO Buildings. Noise: Contractor must coordinate and schedule noise making activities with the COR. For any noise making work activities, the Contractor must furnish a written request to the COR for COR approval a minimum of seven (7) business days prior to noise making activities. The COR will schedule and provide written authorization to proceed three (3) business days in advance of the proposed activity. Disposal: The Contractor must submit a written request(s) for disposal of any government owned materials, equipment, or property in advance to the COR for COR written approval. Contractor must remove and properly dispose construction debris, materials, equipment, and substances from VHSO property daily into the Contractor supplied containers. Construction debris created from the contract must not be disposed of at the job site, in VHSO dumpsters, or on VHSO property. Disposal of construction debris, materials, equipment, and substances from the contract must be in accordance with applicable Federal, State, Local and environmental laws, rules or regulations. The Contractor must ensure and furnish appropriate documentation to the CO that all hazardous waste handlers, haulers, and disposal facilities are properly licensed. The Contractor must furnish shipping manifest and documentation of proper disposal of any construction debris, materials, equipment, and substances from the contract work prior to final payment. Contractor must return the work site to the condition in which it was found at the Contractor s expense. Warranty: Contractor must guarantee workmanship for a period of one (1) year after COR written acceptance of work. Contractor must furnish a minimum 1-year parts and labor warranty on materials, equipment, parts and components, furnished and any manufacturer s warranty greater than one (1) year. Photography: Contractor must not photograph any patients, personnel, visitors, and others on VHSO property. Contractor must be escorted by VHSO personnel to take jobsite related photos and be coordinated by COR. Other requirements: Anything remaining in place that is damaged or defaced by the Contractor must be restored by the Contractor to the existing condition, at no additional expense to the Government. The Contractor must furnish adequate protection to VHSO property and personnel prior to work activities. Contractor moved items must be put back by the Contractor to original locations and conditions as work is completed, at no additional expense to the Government. No unauthorized work to be initiated without the prior written approval of the CO. Work required for the project must be in accordance with the best practices and in accordance with the intent of the SOW, drawings, and specifications. VHSO utilities and work areas may not be immediately available and the Contractor must be flexible in the inspections schedule at no additional cost to VHSO. All OEM recommended safety aspects of the equipment being serviced must be adhered to.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6801e1479f304d76afaa8b6008009131/view)
 
Place of Performance
Address: Veterans Health Care System of the Ozarks (VHSO) 1100 North College Avenue, Fayetteville 72703
Zip Code: 72703
 
Record
SN05795382-F 20200913/200911230154 (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.