J039–Sources Sought Elevator Maintenance
Notice ID: 36C26024Q0216

The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 20 (NCO 20) is conducting a market survey and is seeking potential sources for Elevator maintenance .This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.     Responses shall be submitted to Nick Price at Nicholas.Price@va.gov by COB 01/22/2024 at 17:30 PST SUBJECT: RFI 36C26024Q0216 elevator maintenance   This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item.    Interested companies shall provide, at a minimum, the following information with their response;     Company Name and Address:  Point of Contact (POC)  Name:  Email Address:  Phone Number:  DUNS Number/UNIQUE SAM ID:  Brochures of their offered equipment.   The anticipated North American Industry Classification System (NAICS) 561210. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:     [ ] yes [ ] no - Small Business (SB)    [ ] yes [ ] no - HUBZone    [ ] yes [ ] no - Small Business 8(a)    [ ] yes [ ] no - Small Disadvantaged Business (SDB)    [ ] yes [ ] no - Women-Owned (WO) Small Business   [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)   [ ] yes [ ] no - Veteran Owned Small Business (VOSB)  [ ] yes [ ] no - Large Business    [ ] yes [ ] no - Other (please specify)      Please answer the following questions:    [  ] yes [  ] no - Does not exceed 500 employees; (for NAICS 333413) must be verifiable thru the System for Award Management)    [  ] yes [  ] no Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;     [  ] yes [  ] no Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and     [  ] yes [  ] no Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406.    Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.    In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request.     Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. 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.  MAINTENANCE & REPAIR SERVICE 1. MAINTENANCE & REPAIR SERVICE A. Furnish inspection and maintenance service on all fifteen (15) passenger elevators, two (2) freight elevators, two (2) wheelchair lifts, one (1) equipment lift, and two (2) dumbwaiters identified in the Schedule of Elevators commencing fifteen (15) calendar days after contract award and continuing for one year with four option years to follow. B. Scope of Work 1. The Contractor shall obtain all necessary licenses and/or permits required to perform the work. The Contractor shall furnish all material, labor, lubricants, hydraulic fluids, supervision, tools, shipping, travel, and equipment necessary to provide full maintenance services, including all adjustments, tests, parts replacement, and repairs necessary to keep the elevators in continuous use at their initial performance ability (same speed, capacity, safety, and efficiency) as originally specified by the equipment manufacturer as modified there after. All adjustments, repairs, and modifications must be in conformance to the manufacturer guidelines and/or the following industry standards, as applicable, whichever is more stringent: ASME A17.1 Safety Code for Elevators and Escalators, latest edition ASME A17.2 Inspectors Manual for Elevators and Escalators, latest edition ASME A17.3 Safety Code for Existing Elevators and Escalators, latest edition ANSI/NFPA 70 National Electric Code, latest edition Manufacturer s requirements and specifications on inspection, maintenance, and operation of each elevator model 3. Contractor shall have in his possession throughout the term of the contract all diagnostic equipment necessary to fully maintain, test, repair, adjust, or reprogram the systems. 4. The Contractor shall post a check chart for each elevator in each machine room in a conspicuous place. This check chart shall list each elevator component-showing schedule of manufacturer s recommended frequency of inspection of each component on a weekly, monthly, quarterly, semi-annually, annually, or other frequency. Entries shall be to indicate the status of schedule items of maintenance work performed. The check chart shall be kept up to date at all times and must be initialed and dated by the Contractor s employee to indicate that the work has been accomplished. Check chart shall be available for review at the COR s request and the Contractor will physically show the COR the completed work on request. 5. Safety tests and other tests and inspections shall be performed by the Contractor. Contractor shall perform all safety tests and other tests and inspections as recommended and required by ASME A17.1 LATEST EDITION AND ANSI/ASME A17.2 LATEST EDITION. 6. Contractor shall be required to attach tags after testing as specified by Code, such as at the governor-releasing carrier, oil buffer, etc. 7. Any repairs or adjustments necessary to complete a test and return the elevator to service shall be performed by the Contractor at no additional expense to the Medical Center. 8. After completion of the required tests, submit all documentation to the COR. 9. All tests or inspections that will remove the elevator from normal operation shall be scheduled in advance with the COR. C. An adequate supply of spare parts shall be maintained at all times to ensure prompt preventive maintenance and repair services. D. Contractor shall have all maintenance tickets signed by the COR or his/her designee. E. The following performance levels shall be maintained at all times: 1. Contract speed and brake to brake flight time shall be maintained as originally installed and adjusted. 2. Leveling accuracy shall be maintained at all times. 3. Opening and closing times, door close torques of all cars shall at all times be maintained within the limits of ASME A17.1 Code with a minimum of stand open time consistent with traffic demands at each floor. 4. Door reversal on all elevators equipped with mechanical safety shoes shall always be initiated with the stroke of the shoe. Ensure all electric eyes or door detectors are working at all times. 5. Variable car and hall door open times shall be maintained in accordance with original field adjustments. Deviations from this will not be permitted unless requested and/or approved by the COR. F. The Contractor shall furnish all labor, supplies, parts, and materials necessary to regularly and systematically clean, examine, adjust, lubricate as required, and if conditions warrant, repair or replace (as applicable to the individual lift/elevator and as the manufacturer dictates,) as follows: 1. Machine, worm, gear, thrust bearings, drive sheave, drive sheave shaft bearings, brake pulley, brake coil, brake contact, brake linings, and component parts. 2. Machine motor, motor generator, motor windings, rotating element, commutator, brushes, brush holders, and bearings. 3. Controller, selector and dispatching equipment, all relays, solid state components, resistors, condensers, transformers, contacts, leads, dashpots, time devices, computer devices, CRT devices, selector tape or wire, and mechanical and electrical driving equipment. 4. Governor, governor ropes, governor sheave and shaft assembly, bearings, contacts, and governor jaws. 5. Deflector or secondary sheave, bearings, car and counterweight buffers, car and counterweight guide rails, top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly, and counterweight guide shoes including rollers or gibs. 6. Hoist way door interlocks, hoist way door hangers, bottom door guides, and auxiliary door closing devices. 7. Automatic power operated door operator, car door hanger, car door contact, door protective devices, load weighing equipment, car frame, car safety mechanism, platform, wood platform flooring, and car guide shoes including gibs and rollers. Car operating panel(s) and equipment, hall lanterns, hall buttons, and signal devices. Cab Lighting Where applicable to hydraulic elevators include cylinder head, plunger exposed surfaces, plunger gland and packing, pumps, exposed piping, fittings and flexible pipe connections, operating controls, check and relief valves, valves, gages, and tanks. All parts and materials shall be of the original manufacturer s design and specification, or equal thereto. All lubricants shall be as recommended by the manufacturer. G. The Contractor shall also: 1. Examine periodically all safety devices and governors and conduct an annual no load safety test and each fifth year perform a full load, full speed test of safety mechanism, overhead speed governors, car, and counterweight buffers. If required, the governor will be calibrated and sealed for proper tripping speed. The fifth year testing will be accomplished in fiscal year 16, fiscal year 21, etc. 2. Maintain an adequate factor of safety, to equalize the tension on all hoisting ropes, repair and replace conductor cables and hoist way and machine room wiring. 3. Keep car emergency light units in an operable condition at all times, test special emergency (fireman s service) service and emergency power circuits, where provided in accordance with Code requirements. 4. Furnish lubricants specified to meet the various lubrication needs. 5. Maintain a supply of contacts, coils, leads, brushes, wiping cloths, and other minor parts in each machine room for the performance of routine preventative maintenance. Maintain a complete set of current, legible schematic wiring diagrams in each elevator machine room for each elevator contained therein. To the extent that any of the required schematic wiring diagrams is not available at the time of contract award, it will be the responsibility of the Contractor to provide same at no cost to the Medical Center. The Contractor shall maintain a full, legible service log in each machine room and a complete, orderly chronological file including drawings, complete part lists, and copies of all service reports. The log shall list the date and time of all maintenance service performed. Each trouble call shall be fully described, including the nature of the call, necessary service performed, and any parts replaced. Service file shall be made available for inspection upon request, and a copy of the complete file furnished to the Boise VAMC during the first week of the last month of the normal contract term. The Contractor shall maintain a separate maintenance record on each elevator and dumbwaiter. The maintenance record shall be kept in the elevator equipment room and shall be readily available for inspection by the COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: Date. Nature of work (i.e. PMI or call back). Description of work performed (contractor should be brief and concise). Any indication of problems experienced. Initial or signature of mechanics performing work. 9 . The Contractor shall instruct his personnel that when they perform work under this contract, they shall comply with the following procedures: Upon arrival at the station, the Contractor shall check in with the Maintenance Repair and Operations Supervisor (MR&O) or designee so that the VAMC will be aware of the Contractor s presence at the facility at all times. If work is performed on an emergency call that is after normal working hours (Monday thru Friday 8am to 4:30pm, ) then the contractor must contact either the Administrative Officer on Duty (AOD in the emergency room) or the afterhours maintenance staff on duty. (See contact information) Upon each departure, Contractor will serve notice of disposition of work to the COR or designee. In addition, the contractor shall furnish a copy of a work order, service sheet, or other such written notification of services performed. Such reports shall include the following information: Name and address of contractor Name of contractor employee(s) performing the work Date(s) work performed and hours spent. Brief description of work performed, including PMI s and identification of equipment worked on. Signature of contractor s employee(s) and signature of MR&O Supervisor or designee. If the report is not submitted it will indicate that no inspection or maintenance was performed and payment may be withheld and/or delayed. 10. Periodically clean hoist way including all equipment located in or moving through the hoist way, car top, car sling, safeties, appliances, pits, sills, door tracks, and hangers. Clean as needed machine room floors. H. No maintenance for card reader system is required by this contract. I. No device shall be acceptable that will not give full satisfaction without excessive maintenance and attention. If it becomes evident during the guarantee period following replacement of a device, that the device is not functioning properly or in accordance with manufacturer s or specification requirements, or if in the opinion of Contracting Officer, excessive maintenance and attention must be employed to keep the device operational, the device shall be removed and new device meeting all requirements shall be installed as part of work until satisfactory operation of installation is obtained. Period of guarantee shall start a new for such parts from date of completion of each new installation performed, in accordance with foregoing requirements. Any components which may have suffered substantial life cycle reduction or damage due to redundant failure shall also be provided with extended guarantees. J. Work excluded: The following work is specifically excluded from this contract. 1. Repair or replacement made necessary due to negligence or misuse of the equipment by persons other than the Contractor, his representatives, or his employees. The COR or designee must approve in advance any extra charge work attributed to vandalism or misuse. No invoice will be paid without prior approval. Any repairs due to misuse or negligence shall be billed according to the labor rate specified in the pricing schedule. Parts will be billed at actual invoiced cost plus a 10% markup. 2. Installation of new attachments, which may be required or recommended by insurance agencies or Government Authorities. 3. Repairs or replacement of cab enclosure, hoist way enclosures, door frames and sills, machine room lighting, and cab tile or carpet. 4. Replacement of underground hydraulic piping or hydraulic cylinder. For the purpose of clarification, any item not specifically excluded shall be considered the Contractor s responsibility. All travel costs associated with the performance of this contract are the responsibility of the contractor and are provided at no additional cost to the Government as part of this contract. Travel costs are defined as but are not limited to: time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc. K. Except for emergency callback service, the Contractor shall perform all work during regular working hours of regular working days 8:00 a.m. to 4:30 p.m. Monday through Friday, excluding Federal holidays, unless specifically instructed otherwise by the COR. 1. Emergency Callback Service shall be provided 24 hours a day, seven days per week. L. The Contractor shall provide callback services for each elevator as follows: Callback service is defined as requests for each individual elevator, either during or after normal working hours, to correct any elevator problem or condition, which needs attention. Callbacks during normal working hours consists of responding to the Boise VAMC to each individual elevator service call and taking corrective action at the site within 1 hour for passenger entrapments, 2 hour for all other service calls. Callbacks are not to take time away from preventive maintenance and other requirements required under this contract. Equipment malfunctions shall be corrected the same day that the service call was issued. If circumstances beyond the contractor s control preclude resolution of the problem that day, the COR must be notified with an explanation of the delay. 1. The Contractor shall have service tickets on each service call signed by COR or designee. Service ticket shall identify the respective piece of equipment, description of problem, description of corrective measures taken, and date and time unit was returned to regular service. Service tickets for overtime or extra charge work must be signed and a copy left with the COR. Failure to do so will result in non-payment for extra charge work. 2. Emergency service or repairs authorized by the COR, which occur after the normal hours of operation, shall be accomplished at the overtime-hourly rates specified in the pricing schedule. The Medical Center will be responsible for premium portion of the overtime rate only. All overtime service calls shall be handled by one mechanic only unless approved in advance by the COR. If regular timework must be carried over and the Contractor wishes to continue to work beyond the Medical Center s normal hours of operation, authorization for overtime work must be obtained from the COR before proceeding. 3. Medical Center shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. 4. Contractor shall notify the COR or designee by telephone or in person after completion of each regular time service call and notify at least one of the following: Medical Center Police, Medical Center After Hours Maintenance Mechanic, or the MR&O Supervisor on overtime calls. M. Under no circumstances will any shutdown or breakdown last longer than five (5) working days (40 working hours), from initial notification to the Contractor, without prior approval of the COR. N. All tests, inspections, or maintenance repairs that will remove an elevator from service shall be scheduled in advance with the COR. O. The Contractor shall comply with the following procedures when an elevator is removed from service for any reason: 1. Notify Facility Management Service, MR&O Supervisor, either by phone (208-891-5308), or in person, before removing elevator from service. If work requires more than one day, daily notification will be made. Notify Facility Management Service when placing the elevator back in service. Contractor s employees shall turn in Elevator Report Forms, which will furnish the information to the MR&O Supervisor, Facility Management Service. P. The Contractor shall immediately notify the COR in writing of the existence or the development of any defects in, or repairs required to, the elevator, which the Contractor considers are not covered by the contract and shall furnish a written estimate, when requested, of the cost. Final determination of responsibility will be by mutual agreement between the Contracting Officer and the Contractor. Q. When planned work requires an elevator to be taken out of service, the Contractor is requested, when possible, to use the Federal holidays listed below. New Year s Day Martin Luther King s Birthday Washington s Birthday Memorial Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day R. Inspection 1. Periodic inspections of the elevators required by the National American Standard Safety Code for Elevators and Escalators (Latest Edition) will be performed under separate contract in accordance with existing Boise VAMC Policy. Upon completion of a routine inspection, the Contractor will be furnished with an inspection report listing deficiencies for which he is responsible to repair within 30 days. Items marked emergency should be corrected immediately. Under no circumstances, will the Contractor allow reported deficiencies to go uncorrected beyond the contract period. 2. The Contractor shall provide all labor and material to perform work in accordance with ASME A17.1, ASME A17.2, ASME A17.3, and ANSI/NFPA 70 standards for annual, 6 month, and five year (traction only) tests. The Contractor shall perform tests at the date and time specified by the VAMC. Inspection of work shall be conducted by an independent inspector contracted by the VAMC. Maintenance contractor performs actual test. S. Testing 1. The following services will be performed at intervals specified in the American National Standard Safety Code for Elevators and Dumbwaiters. The maintenance Contractor will furnish personnel to perform the 1 (one) year, and the 5 (five) year safety load test, (including weights), at no additional cost to the Medical Center. Scheduling of all tests will be handled through the COR. A Medical Center s Contractor, authorized by the Boise VAMC, will witness all tests for the Medical Center, Boise VAMC personnel, as required; will be available for the tests. 2. The Contractor shall make available the uninterrupted services of at least one employee to accompany the inspector during the course of any inspection. 3. The yearly car safeties, governor and oil buffer tests, and inspections shall be complied with as per A17.1 and this specification, in the presence of the COR and his/her representative. 4. The five-(5) year safety and buffer tests as required by the American National Standard Safety Code for Elevators and Dumbwaiters, (A17.1 and A17.2) are to be performed by the Contractor. 5. Within six (6) months prior to the termination of this contract, a representative of the COR shall make a thorough inspection of all equipment covered under this contract. The Contractor shall correct all defects found within thirty (30) calendar days. The Contractor shall notify the COR in writing that the deficiencies have been corrected and that a re-inspection can be made. 6. The inspectors used by the Medical Center on this contract may or may not work for the Medical Center. An outside company may be used to perform inspections as a representative of the Medical Center, if so desired, by the COR. T. The following schedule for the five-year load test is required in fiscal year 2021: Item Location Car No. Type Capacity Make Date Drive 1. Bldg. 85 PH3 1 Passenger 4000 ThyssenKrupp 2009 Traction 2. Bldg. 85 PH3 2 Passenger 4000 ThyssenKrupp 2009 Traction 3. Bldg. 85 PH2 3 Freight 5000 Dover 1976 Traction 4. Bldg. 77 PH1 -- Freight 2500 Otis 1963 Traction 5. Bldg. 123 -- Pass/Auto 3500 Schindler 2014 Traction NOTE: THE WORD ELEVATOR IN THIS SOLICITATION SHALL INCLUDE ALL ELEVATORS, DUMBWAITERS, LIFTS, ETC., TO BE SERVICED UNDER THIS CONTRACT. The following schedule for the annual test (with pressure testing) year load test is required: Item Location Car No. Type Capacity Make Date Drive 1. Bldg. 46 -- Equipment lift 2000 HY Lift 1994 Hydraulic 2. Bldg. 67 -- Pass/Auto 4000 Delaware 2016 Hydraulic 3. Bldg. 8 -- Pass/Auto 2100 Dover 1986 Hydraulic 4. Bldg. 110 -- Pass/Auto 4000 Dover 1989 Hydraulic 5. Bldg. 114 -- Pass/Auto 4000 Schindler 2001 Hydraulic 6. Bldg. 115 -- Pass/Auto 2100 ThyssenKrupp 2007 Hydraulic 7. Bldg. 27 -- Pass/Auto 4000 ThyssenKrupp 2010 Hydraulic 8. Bldg. 117 -- Pass/Auto 4000 Schindler 2012 Hydraulic 9. Bldg. 33 -- Pass/Auto 4000 Abell 2013 Hydraulic 10. Bldg. 122 -- Pass/Auto 5000 ThyssenKrupp 2015 Hydraulic 11. Bldg. 126 -- Pas/Auto 2500 Schindler 2019 Hydraulic 12. Bldg. VBA/RO -- Pass/Auto 2500 TKE 2022 Hydraulic V. Scheduled Maintenance Requirements 1. The Contractor shall be responsible for establishing an effective system for accomplishing scheduled and unscheduled maintenance, including a backlog listing of work to be accomplished. The scheduling system and backlog listing shall be available for inspection by the COR at any time. Regular routine maintenance examination shall be performed at a frequency of not less than monthly for all equipment. PMI s are to be performed during administrative hours on the same day of each week. The contractor shall submit, at the beginning of the contract, to the MR&O Supervisor, the day of the week he/she intends on performing the required PMI. If the day falls on a holiday the contractor shall perform the required PMI s on the next business day following the holiday. The contractor shall notify the MR&O Supervisor if he/she intends on changing the PMI day or if he/she cannot perform the PMI on schedule. PMI s should ensure a safe and efficient level of operation, and all work relative to cleaning, lubricating, adjustment, or part replacement of equipment that is necessary for the desired level of operation shall be performed by the Contractor. Each contract year, all items which rely on cleaning, lubrication, or routine part replacement shall receive such service at least once as indicated by service report. Any PMI required by the Equipment Manufacturer, and/or applicable laws, regulations, rules, ordinances, codes, etc, but not specifically identified by the Government, shall be performed by the Contractor at no additional cost to the Government. In addition, the contractor shall perform the following preventive maintenance and all necessary cleaning, lubricating, and adjusting pursuant to such maintenance at the frequencies identified. Frequencies shall be modified if deemed necessary by the COR or designee. The Contractor is responsible for replacement of all light bulbs, including lights in elevator shafts on top and bottom of cars, hoist way crawl spaces, etc. This shall include all lights inside the elevator cabs. The Contractor shall, during regular PMI visits, retrieve any objects such as key, wallets, glasses, etc. dropped in elevator pit by occupants of the building. Such objects shall be turned over to VA Police personnel. The Contractor must maintain the efficiency, safety, and speeds specified in the contract or as designated by the manufacturer of the elevators at all times; including acceleration, retardation, contact speed in feet per minute, with or without full load, floor to floor time, and door opening and closing time. W. Non-emergency services/repairs shall be completed at the time of inspections unless the Contractor requests, in writing, and obtains approval to perform repair work at a later date and time. The COR or designee shall be provided written notice in a timely manner. Contractor shall provide and complete a monthly PM check chart to indicate whether key items were found that required maintenance and the nature of service performed. The check charts shall be completed and remain in the elevator machine room when work has been completed for the day. X. The Contractor shall provide an additional qualified journeyman mechanic at the Medical Center from 8:00 a.m. to 4:30 p.m. if normal maintenance requires two journeymen to accomplish the maintenance schedule and assist in repairs, inspections, and adjustments. Y. Experience Requirements 1. Supervision: The Contractor shall arrange for satisfactory supervision of the contract work. The Contractor, or his on-site supervisors, shall be available at all times when the contract work is in progress to receive notices, reports, or request from the Contracting Officer or the COR. 3. Qualifications of Elevator Mechanics: All maintenance personnel directly engaged in the work to be accomplished under the contract shall possess, prior to their employment in a journeyman mechanic s capacity on this contract, at least 4 (four) years of recent (within the last 6 years) experience in the operations and maintenance of the kind of elevators to be maintained under this contract. 5. In addition to the above requirements, the Contractor shall have a minimum of 5 (five) years' successful experience in maintaining equipment identical or similar to the equipment covered by this contract. Each contract submission offer shall provide, as part of the offer, references for the previous 5 (five) years experience. The written references shall include, as a minimum, the name, address and telephone numbers of the specific companies and key personnel contacts. Z. Condition of Equipment 1. Upon contract award, the contractor accepts "as is" all elevator equipment specified in the contract. Failure to inspect the elevators, prior to contract award, will not relieve the contractor from performing services/repairs in accordance with the strict intent and meaning of the specifications at no additional cost to the VA. Contractors should inspect the premises prior to submitting their offers in order to be fully aware of the scope of services required. AA. Uniforms 1. The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monogram. AB. Safety The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulator requirements. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices, and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAMC smoking policy, which areas allows smoking in designated areas only. Patient, employee, visitors, and contractor personnel safety shall be maintained at all times. The contractor is responsible for the occupational safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall replace all safety guards, equipment, devices, etc. removed to service or repair the elevator immediately after completion of work or when leaving the job unattended. The Contractor shall submit to the Contracting Officer, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS/SDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS/SDS at the chemical storage site in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the Right to Know law. The Contractor is responsible to identify, provide, and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required in the performance of work. Training on required safety programs and the proper use of PPE s shall be provided, and documentation maintained by the contractor. The Contractor shall obtain a Hot Work Permit from Facility Management Service whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment. The contractor is required to follow ALL requirements outlined for the issuance of the Hot Work Permit. The Contractor shall be notified of any non-compliance with the pervious provisions. The contractor shall, after receipt of such notice, immediately correct the condition and notify the Contracting Officer in writing that the condition has been corrected. If, in the opinion of the Safety Officer or designee, the condition is life threatening, he/she shall instruct the contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: Safety program/procedures to be followed by the contractor s personnel in the performance of their duties and when such procedures are required. Listing of personal protective equipment(s) required to be utilized by the contractor s personnel in the performance of their duties. Also when equipment will be required. Material Safety Data Sheet (MSDS S), Safety Data Sheet (SDS s) for any chemical(s) utilized by the contractor in the performance of this contract. Contractor is responsible for the supervision of all their employees while on government property. It is the Contractor s responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. AC. Injury or Accident Contractor shall submit a written report to the VAMC within five (5) work days of any incident of a major malfunction, accident, or injury involving an elevator. The report shall state the cause, what and when repairs and tests were or are to be made to correct the cause of the incident. AD. Quality Control Program The Contractor shall provide/establish a complete quality control program to assure the requirements of the contract are provided as specified. Within ten (10) working days prior to the starting date of the contract, the Contractor shall submit a copy of the program to the COR for approval. The program shall include, but not be limited to, the following: An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections. The name(s) of the individual(s) who will perform the inspection. The checklist shall include every area of the Contractor s operation as well as every task required to be performed. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Medical Center inspectors point out the deficiencies. A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Medical Center upon request, at any time during the term of the contract. AE. Emergency Telephone Numbers 1. The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an emergency develops. At least one of the emergency telephone numbers shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. AF. Information Relating to Conduct of Contractor s Employees 1. The Contractor shall prohibit employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Medical Center use. 2. Contractor shall require his employees to comply with the instructions pertaining to conduct and other regulations called to the Contractor s attention by the CO/COR, Federal Protective Officers, Inspectors, etc. AG. General Information The Contractor shall immediately notify the CO and the COR of the existence of, or the development of any significant defects or repairs (over $2,500) in which the contractor considers they are not responsible for under the terms of the contract, and shall furnish the COR an estimate of the cost to make necessary repairs. The Contracting Officer reserves the right to make final determination of the responsibility. The contacting officer also reserves the right to solicit the services of other contractors to make said repairs. The Government reserves the right to perform emergency repairs to any elevator which is disabled if, in the Government s opinion, it jeopardizes patient or employee safety. The Contractor shall ensure that the elevator pits(s) and elevator machine room(s) are kept clean and free from dirt and debris. Contractor shall clean and vacuum all hoist way(s), pit(s) and machine rooms once a month to remove dust and debris accumulation. The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the Boise VAMC is a NO SMOKING Facility. Smoking is not permitted in any building (including Penthouses and elevator pits). Contractor shall have use of station telephones to make business calls related to Medical Center s equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. END SCHEDULE OF ELEVATORS Item Location Car No. Type Capacity Make Date Drive 1. Bldg. 85-PH3 (EQ#1557) 1 Pass/Auto 5000 ThyssenKrupp 2009 Traction 2. Bldg. 85-PH3 (EQ#1558) 2 Pass/Auto 5000 ThyssenKrupp 2009 Traction 3. Bldg. 85-PH2 (EQ#1559) 3 Freight 5500 Dover 1976 Traction 5. Bldg. 85-308 (EQ#1561) -- Dumbwaiter -- D.A. Matot 1976 Traction 6. Bldg. 77-PH1 (EQ#1562) -- Freight 4000 Otis 1963 Traction 7. Bldg. 46-101A (EQ#9059) -- Equipment Lift 3500 HY Lift 1994 Hydraulic 8. Bldg. 67-G21 (EQ#43859) -- Pass/Auto 4500 Delaware 2016 Hydraulic 9. Bldg. 28-101 (EQ#1567) -- Dumbwaiter -- Atlas 1987 Traction 10. Bldg. 8-107 (EQ#1873) -- Pass/Auto 3000 Dover 1986 Hydraulic 11. Bldg. 110-G35 (EQ#4326) -- Pass/Auto 4000 Dover 1989 Hydraulic 12. Bldg. 24-STG4 (EQ#8599) -- Wheelchair Lift -- National Wheel O Vator 1994 Chain Drive 13. Bldg. 23-102 (EQ#8600) -- Wheelchair Lift -- National Wheel O Vator 1994 Chain Drive 14. Bldg. 114-108 (EQ#12492) -- Pass/Auto 4000 Schindler 2001 Hydraulic 15. Bldg. 115-117 (EQ#18576) -- Pass/Auto 4000 ThyssenKrupp 2007 Hydraulic 16. Bldg. 27-G19A (EQ#29749) -- Pass/Auto 5000 ThyssenKrupp 2010 Hydraulic 17. Bldg. 117-120 (EQ#30950) -- Pass/Auto 4000 Schindler 2012 Hydraulic 18. Bldg. 33-G01A (EQ#35115) -- Pass/Auto 4000 Abell 2013 Hydraulic 19. Bldg. 122 100A-122 (EQ#38906) -- Pass/Auto 5000 ThyssenKrupp 2015 Hydraulic NOTE: THE WORD ELEVATOR IN THIS SOLICITATION SHALL INCLUDE ALL ELEVATORS, DUMBWAITERS, LIFTS, ETC., TO BE SERVICED UNDER THIS CONTRACT. 1. SPECIAL CONDITIONS A. QUALIFICATION OF BIDDERS Upon request of the Government, Bidder shall be able to show evidence of his reliability, ability, and experience by furnishing; (1) A list of personnel who will perform work under the contract showing the length and type of experience of such personnel and (2) the names and addresses of other concerns and/or Government Agencies for which prior comparable services were rendered by the bidder. Ability to meet the experience requirements and the adequacy of the information submitted will be considered by the Contracting Officer in determining the responsibility of the bidder. B. QUALIFICATIONS OF MECHANICS All work under this contract shall be performed by an Elevator Mechanic. Elevator Mechanic Helpers or Probationary Helpers will be allowed to assist in maintaining specified equipment only in the presence of an Elevator mechanic. Helpers will only be allowed to work by themselves if performing lubrication or cleaning service. C. INVOICES AND PAYMENT 1. Invoices will be submitted monthly in arrears to the Government office designated in the solicitation.

Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Contract Opportunities
Notice Type
Sources Sought
Updated Date
2024-01-05
Published Date
2024-01-05
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with