Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2022 SAM #7671
SOURCES SOUGHT

Z -- 501 | 600 | 605 | 644 | 649 | 664 | 678 | 691 | VISN 22 Elevator Maintenance Services

Notice Date
11/29/2022 4:18:21 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0211
 
Response Due
12/21/2022 11:00:00 AM
 
Archive Date
02/19/2023
 
Point of Contact
Bill Cook, Contract Specialist, Phone: 602-795-4245
 
E-Mail Address
william.cook2@va.gov
(william.cook2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors, to include Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses, interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. The North American Classification System (NAICS) code for this acquisition is NAICS: 238290 Other Building Equipment Contractors ($19.5M) PSC: Z1JZ Maintenance of Miscellaneous Buildings Responses to this notice shall include the following: (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email (e) SAM UEI Number (f) Cage Code (g) Tax ID Number (h) Type of business (large or small) (i) If small business, type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business, and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. General: The Veterans Health Administration (VHA) has a requirement for a non-personal services contract to provide Elevator Maintenance and Repair services for all VA medical facilities located in Arizona, California, and New Mexico, which are assigned to the Veterans Integrated Service Network (VISN) 22. Description of Services/Introduction. The contractor shall provide full maintenance of elevators, cart elevators, dumbwaiters and wheelchair lifts within VISN 22. Full maintenance service, as defined in this solicitation, shall require the contractor to provide skilled trained journeyman elevator mechanics and helpers for regular and systematic inspection, cleaning, adjustment, lubrication, and repair of equipment. The Contractor shall troubleshoot and resolve problems to restore elevators. Repair work on all breakdowns shall begin in accordance with the time requirements identified in the contract, and shall be competed in an expedient, and safely manner until elevator(s) is returned to fully operational. All work is to be performed in accordance with normal commercial practices, and in accordance with ASME A17.1-2004: Safety Code for Elevators and Escalators. Services shall be provided at the following VISN 22 facilities: ARIZONA: Northern Arizona VA Health Care System 500 Hwy 89N Prescott, AZ 86315 Phoenix VA Health Care System 650 E. Indian School Rd Phoenix, AZ 85012 Southern Arizona VA Health Care System 3601 S. 6th Ave Tucson, AZ 85723 CALIFORNIA: Greater Los Angeles Health Care System 11301 Wilshire Blvd, Los Angeles, CA 90073 Loma Linda Health Care System 11201 Benton Street Loma Linda, CA 92357 Long Beach Health Care System 5901 E. 7th St Long Beach, CA 90822 San Diego Health Care System 3350 La Jolla Village Dr San Diego, CA 92161 NEW MEXICO: New Mexico VA Health Care System 1501 San Pedro Dr SE, Albuquerque, NM 87108 Areas above also include surrounding geographical areas and Community Based Outpatient Clinics (CBOCs), as may be required. Scope. The contractor shall perform on-site preventive maintenance inspections (PMI) and intervening repair services for all equipment at each healthcare facility. The Resident Mechanics and helpers shall be equipped with the necessary parts, tools, data tags, materials, and any additional human resources (Repair Team) to conduct the repair in an efficient manner. The contractor shall provide sufficient repair crews in the event of downtime requirements. The contractor shall be responsible for obtaining expert assistance, such as, Motion Control, if needed to complete efficient and timely repair. A $500.00 assessment in Liquidated Damages per day by the Government shall be applied in addition to any other Liquidated Damages for failure to diagnose and take appropriate action. The contractor shall ensure that all equipment maintained or serviced is in optimum operating condition upon completion of maintenance and repair. The contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date. The contractor shall be given the option to repair within thirty (30) days after the contract expiration any conditions determined to be pre-existing upon contract expiration. The VA reserves the right to make arrangements for repair with a third party and costs of repairs which shall be deducted from any outstanding invoices submitted by the contractor of this contract. In the event that there are no outstanding invoices, the contractor shall be billed for any pre-existing conditions. PMI shall include, but are not limited to: i. Inspection of the following: signal devices, pump motor, hydraulic valve, packing, control equipment, wiring, car doors, gates, interlocks, guide rails, elevator communication system and car landing. ii. Housekeeping: examine and clean controller, remove trash, clean dust from controller and filters, lubricate and replace worn parts. iii. Painting: The exterior of machinery and other parts of the equipment subject to rust shall be kept properly painted and presentable at all times. iv. Electrical Wiring and Conductors: All electrical wiring conductors and wiring enclosures extending to elevators, cart elevators, dumbwaiters, and wheel chair lifts from circuit breakers or main line switches in machine rooms. v. Roof Accesses: Roof Accesses to machine rooms from buildings shall be kept closed and locked. Contractor shall not block, open or leave rooms unattended. vi. Emergency Car Top Exits: Car top access doors shall be kept closed and locked while elevators are in service and accessible to the public. vii. Hot-work: Contractor shall coordinate all hot-work and downtime required for maintenance with Engineering Service. The contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with ASME A17.1-2004: Safety Code for Elevators and Escalators, National Fire Protection Association, National Electronic Code, Uniform Building Code 70E (Personnel Protection), 72 (Fire Alarms), 101 (Life safety) VA design, criteria and construction specifications. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. Additionally, the contractor shall develop quality control procedures that address the VTE covered under this contract. Cleaning, lubrication, adjustment and preventive maintenance services is required to maintain proper operation of elevators, car lifts, dumbwaiters, and wheelchair lifts. Maintenance intervals for in this contract and the manufacturer s recommendation shall constitute the minimum level of service required. The contractor shall provide the following services per elevator, cart lifts, dumbwaiter and wheelchair lift per week but not limited to: A. Contact the COR to report/receive indication of malfunctions. Mechanics rounds shall be coordinated with the COR. B. Inspection each elevator, dumbwaiter, wheelchair lift, and cart lift for proper operation shall include but not limited to: 1. Landing accuracy. 2. Power door operation, including proximity safety edges, mechanical safety edges, and photo electric eyes. 3. Emergency stop, switch and bell. 4. Ride each elevator, checking for unusual noises, vibration, or faulty operation (leveling and stopping). 5. Assist the Healthcare Facility with testing medical emergency circuit operation in each elevator. Location of testing shall be altered to periodically test all landings. 6. Inspect machine rooms and equipment. 7. Notify the COR of operational status of VTE. Report equipment removed from service, reason for outage, anticipated downtime and repair action to restore service. 8. Inspect all lamps contained in illuminated hall, call stations, car control panels, position indicators, main and auxiliary power key switch panels, medical emergency circuits, directional arrows and any other lamps pertaining to the operation of the elevators, digital directional arrows (LED) and position indicators and replace burned out lamps. 9. Confirm proper operation of emergency intercoms located in each elevator by contacting station PBX operator. Malfunctioning intercoms shall be immediately reported to the COR for repair. Elevator shall be removed from operation until repairs are completed. 10. Inspect elevator, cart lift, wheel chair lift, and dumbwaiter hoist ways. Car top lights and hoist way lights shall be checked, and burned out lamps replaced with Government furnished lamps. Inspect door self-closing, gibs, and pickup rollers. C. Monthly 1. Measure oil levels in tank and refill to full level. 2. Examine and correct valves, pump, tank, and lines for excessive leakage. 3. Examine piston and piston packing gland for excessive weepage and tighten or replace packing to correct. 4. Inspect piston for signs of leakage or rust. 5. Examine pit return line and confirm weepage return to main tank. 6. Inspect cab emergency lights. Contact the COR immediately to report inoperative parts. 7. Clean photo electric eye lens and confirm proper operation of photocell retraction circuit. 8. Inspect Janus Chromaline operation and correct adjustments. 9. Inspect safety edge device for proper retraction. 10. Inspect and lubricate governor tension weight sheave, and deflector sheaves located in secondary. 11. Inspect controllers. Examine contacts for excessive arcing. Examine solid-state circuit boards for signs of overheating. Examine wiring harnesses for wear or damage and check alignment of moving parts. D. Quarterly 1. Inspect tension and wear of car door operator belts, and door operators. 2. Inspect retiring cam device, chains and fastenings. 3. Check adjustment of guide shoes and guide rail rollers. 4. Inspect and apply light film of oil on selector drive tape or chain. 5. Inspect, test and clean new landing system devices. 6. Inspect main line fuses for deterioration/overheating. If deficiencies are found notify COR. 7. Inspect car and counterweight roller guides for excessive wear or flattening. 8. Inspect worms and gears for backlash, leaks and check oil level and refill as required. 9. Observe machine and motor oil ring operation. E. Semi-Annually 1. Manually clean controller. Thoroughly examine relays, adjust contacts for wear. Inspect alignment of switches. Examine printed circuit boards. Inspect resistance tubes. 2. Inspect and test all solid-state components and devices. 3. Inspect and lubricate door operator shaft bearing alignment and for proper operation and make all appropriate adjustments. 4. Inspect door gibs for wear and missing firetabs. 5. Inspect door upthrust adjustment. 6. Inspect and clean contacts and switches in hall stations car and operating panels. 7. Inspect, lubricate and adjust door clutch mechanism pick-up rollers. 8. Add Gal mac and all new components on the Renova door operations. 9. Disassemble, clean, and lubricate car top fans. 10. Inspect hitches and slack cable switch of selector drives units (Dumbwaiters). 11. Inspect, clean, and lubricate hoisting ropes, grooves, hitches, and equalize cable tension. 12. Clean and apply light film of oil on tape, cable/chain including leveling devices and door zone tapes. F. Annually 1. Motor bearing maintenance. (See motor manufacturer s instruction). 2. Examine fuses in controller fuse blocks. Confirm proper capacity against manufacturer s specification. 3. Inspect door closing force, which must not exceed seven (7) foot pounds. 4. Inspect door speeds in feet per minute. 5. Inspect door reading cable tension. 6. Inspect, lubricate, and adjust limit switches. 7. Examine traveling cable for wear and damage. 8. Inspect junction box cable at hoist way and car terminations. 9. Clean machine brake plunger using lubricant recommended by manufacturer. 10. Lubricate machine sheave shaft roller bearings. 11. Inspect and clean all oil level. 12. Remove relief plug and grease (Ball bearing type). 13. Inspect controller overload settings and operations. 14. Inspect damping motor, speed regulator (pilot generator). Examine brushes and lubricate commutator bearings. 15. Examine and inspect guide rails, clips, bolts and brackets for rust. Safety Inspection/Testing: A. This contract includes performance of periodic inspections and tests required by the safety code for elevators, dumbwaiters, wheelchair lifts and cart lifts. Tests shall be conducted at intervals no longer than six (6) months and shall include monthly, quarterly, semi-annual, annual and five (5) year tests of electric elevators, hydraulic elevators, and dumbwaiters. The Resident Technicians shall be equipped with the necessary tools, data tags, materials, and any additional human resources (Repair Team) to conduct the tests in an efficient manner. The contractor shall be present during inspections and shall be notified at least two (2) weeks in advance of scheduled test dates by the COR or by the Elevator Inspector. B. Journeyman Elevator Mechanic (Non-resident mechanic and helper) shall operate elevator during inspection, complete safety code (ASME A17.1-2004) testing under the direction of the contract elevator inspector, and complete routine and periodic testing called for in the inspection contract under the direction of the Inspection Contractor. The full-service maintenance elevator contractor shall provide metal weights for five (5) year safety and load tests. In the event of a difference of opinion arise between the elevator maintenance contractor and the elevator inspection contractor regarding services, repair, replacement of machinery and parts maintained under the terms and provisions of the statement of work, the written report of inspection submitted by the elevator inspection contractor shall govern. C. The contractor shall be required to submit a plan of correction to the Contracting Officer and COR no later than ten (10) calendar days after receipt of an inspection report. All required repairs resulting from the inspection shall be completed within thirty (30) calendar days after receipt of the inspection report. D. The following services shall be performed by the contractor in intervals specified in the American National Safety Standard Code for Elevator and Dumbwaiters Manual. The Contractor shall supply all equipment necessary for all tests. Tests include, but are not limited to, the following: 1. Car safety and rated load. 2. Buffer acceptance test. 3. Load and speed test. 4. Plunger return test. 5. Emergency light, telephone. Important information. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Notice to potential offerors. All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service- Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to william.cook2@va.gov. All information submissions shall be received no later than 12:00 PM Mountain Standard Time on Thursday, December 21, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b497b45898a442f687be45af77f29ad8/view)
 
Place of Performance
Address: Multiple Locations in AZ, CA, and NM Addresses on following pages
 
Record
SN06530223-F 20221201/221129230112 (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.