Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2023 SAM #7828
SOURCES SOUGHT

Z -- LWS ATCT Elevator Modernization

Notice Date
5/2/2023 1:41:51 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
WR-23-01229
 
Response Due
5/10/2023 2:00:00 PM
 
Point of Contact
Rodgers Cox
 
E-Mail Address
rodgers.l.cox@faa.gov
(rodgers.l.cox@faa.gov)
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified elevator modernization and maintenance contractors interested in providing offers for elevator modernization and full service maintenance requirements to improve elevator reliability within the agency. This elevator modernization and subsequent full-service maintenance requirement is at the Airport Traffic Control Tower (ATCT) at Nez Perce County Regional Airport (Lewiston, ID). This is not a Screening Information Request (SIR) or Request for Proposal (RFP). The purpose of this pre-solicitation is to solicit statements of interest and capabilities from small business, service-disabled veteran-owned small businesses, 8(a) certified firms, and all other business types and sizes capable of providing the type of work described in this market survey. Responses to this market survey will be used to determine if there is adequate competition to set the requirement�aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)),Small Businesses, or full and open competition. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense. General Scope of Work: A. The contractor shall perform a professional assessment to identify all elevator deficiencies, followed by a modernization (alteration) of the elevator and elevator components in accordance with the latest edition of the American Society of Mechanical Engineers (ASME) A17.1 �Safety Code for Elevators and Escalators� to maximize the life expectancy of the elevator plant. In addition to the ASME A17.1 mandatory requirements for the alteration, the contractor shall comply and meet all requirements of Section 2.27 �Emergency Operation and Signaling Devices� and the �Additional Requirements for Modernization� Section of this PWS. B. The elevator components to be replaced in support of this modernization shall include but not be limited to the following: Drive machine, controller, ropes, landing system, door operator, car operating panel, hall call stations, over speed governor, all hoist-way and car wiring, car apron, door clutch, door restrictors, hoist-way lighting, safety disconnects, machine room safety guards, emergency brake, and all other necessary components that are identified to be non-compliant with ASME A17.1 per the contractor�s professional assessment. C. The contractor shall provide full-service maintenance warranty, inspection and testing of the elevators as required by ASME A17.1 and at the minimum interval specified in Appendix N of ASME A17.1 or the authority having jurisdiction (AHJ). ADDITIONAL REQUIREMENTS FOR MODERNIZATION A. Electrical, grounding and bonding work shall comply with the latest edition of FAA Specification 1217 �Electrical Work Interior� and FAA STD 019 �Lightning and Surge Protection, Grounding,Bonding and Shielding Requirements for Facilities and Electronic Equipment�. B. Fire Alarm Control Panel: The Contractor shall be responsible of connecting and interfacing the new elevator equipment (i.e. controller) with the fire alarm panel and shall assure compatibility between them. Contractor shall be responsible of any required upgrades to the fire alarm panel required for compatibility. C. Temperature and Humidity: The Contractor shall insure proposed modernization complies with ASME A17.1 Section 2.7.9.2 Temperature and Humidity. It shall be the contractor�s responsibility to assure that all equipment is installed in an environment suited for its optimal operation in accordance with its Manufacturer�s specifications. When required, the Contractor shall be responsible for any modifications or additions to the HVAC system as required for compliance. D. Communication Devices: The Contractor shall be responsible for the telephones, telephone lines, intercom devices and programming of telephone instruments within the hoistway as required to meet ASME A17.1 or by the authority having jurisdiction. E. Modernization of the elevator shall include elevator cab finishes including ceiling, LED lighting, wall panels, handrails and flooring with similar or equal composition. The replacement materials must be approved by the FAA prior to modernization. All elevator cab finishes must meet the requirements of ASME A17.1 and all other codes included in the solicitation and this PWS. Elevator finishes must comply with NFPA 101 class A or B flame spread rating. F. Elevator Monitoring: After completion of the modernization efforts and after the elevator has been turned back over for use by FAA personnel, the contractor shall be required to have at least one technician on site for 5 businesses days, 1 work week, Monday through Friday, during standard operating hours, to perform �elevator monitoring� quality control duties. Each facility�s standard operating hours can be found on the location specific Elevator Information Sheets. It is the FAA�s intent to have the technician consistently operate the elevator throughout the businesses day to ensure all applicable adjustments are completed. G. The Contractor�s proposal shall include responding to unscheduled and/or emergency service calls 7 days per week, 24 hours per day as part of the warranty period including service calls required due to external circumstances such as power spikes or interruptions. H. The contractor shall, provide 24 hour emergency elevator telephone monitoring services during the warranty period. The monitoring service shall be capable of recording all calls and, when requested, provide the recorded transcripts. I. The Contractor shall be responsible for the coordination and compliance of the requirements of the AHJ and for the cost of any permits, fees, and independent third party inspections. J. Elevator Brake Shoes � Contractor shall assume the existing elevator brake shoes contain asbestos and shall handle them in accordance with all applicable regulations. K. Contractor shall replace the sump pump, associated piping, electrical service and sump pump controls in the elevator pit. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. The Market Survey may or may not result in a solicitation for one contract. Response submittals must include the following information: 1. Name of company, including DBA name 2. Address 3. Phone Number- 4. Point of contact 5. Email address. 6. Business size status: 8(a), Small Business, SDVOSB, VSB, etc. 7. Verification of active registration in the contractor database, System for Award Management (SAM) Please submit responses to Rodgers Cox at Rodgers.l.cox@faa.gov no later than 5:00 PM, EST, on May 10, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f33b13a05a6746e58afcdd9b95b0d236/view)
 
Place of Performance
Address: Lewiston, ID, USA
Country: USA
 
Record
SN06669602-F 20230504/230502230120 (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.