Virginia Bids > Bid Detail

H399--Elevator Inspections

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159912391277434
Posted Date: Dec 16, 2022
Due Date: Dec 22, 2022
Solicitation No: 36C24623Q0251
Source: https://sam.gov/opp/e917d2bb39...
Follow
H399--Elevator Inspections
Active
Contract Opportunity
Notice ID
36C24623Q0251
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 16, 2022 02:31 pm EST
  • Original Response Date: Dec 22, 2022 09:30 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H399 - INSPECTION- MISCELLANEOUS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Salem VAMC 1970 Roanoke Blvd Salem , VA 24153
Description


The Department of Veterans Affairs Medical Center Network Contracting Office (NCO) 6 has a requirement for Elevator Inspection Services. The Contractor shall provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to complete the services. The solicitation shall be conducted in accordance with FAR Part 12 and FAR Part 13.
Place of Performance: Elevator Inspection Services will be conducted at the Salem VA Medical Center 1970 Roanoke Blvd 24153
Period of Performance: Period of Performance for the resultant contract will be a Base year with four (4) option years in strict accordance with all schedules, specifications, terms, and conditions and provisions of the solicitation. The applicable NAICS is 561210, Facilities Support Service with a Size Standard of 38.5 Million Employees

The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Capability statement that demonstrates the firm s ability to meet the above requirement, should include:

Company Name:
Company Point of Contact Name, Email and Phone:
Company DUNS Number:
Socioeconomic Category:
Company GSA schedule (if applicable) under which these services can be purchased:

Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for Elevator Inspection Services.

The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs), when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461).

To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/. In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations.

The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. Currently, no solicitation exists; therefore, please do not request a copy of the solicitation.

Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the CONTRACT OPPORTUNITY (formerly FEDBIZOPPS) website at https://sam.gov/content/home for release of any future Pre-Solicitation, Amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 22 December 2022 at 9:30 AM EST. If you have any questions or need additional information, please contact Keicha Passley at Email address: Keicha.Passley@va.gov

*Please see the Attached Performance Work Statement
PERFORMANCE WORK STATEMENT (PWS)
INTRODUCTION
SCOPE OF WORK:
Furnish all necessary labor, materials (including required weights for the five-year testing), equipment and supervision required to perform semiannual inspections, annual safety inspections, and five-year weight tests for all elevators, dumbwaiters, and vertical transport equipment as listed in this section for the Veterans Affairs Medical Center, 1970 Roanoke Blvd. Salem, VA, in strict accordance with the terms, conditions, provisions, schedules and specifications of this solicitation. The semiannual shall be conducted in February, with the first inspection in 2023. The annual test shall be conducted in August each year beginning in 2023. The five-year weight test shall be performed in August, 2026.

PERIOD OF PERFORMANCE:
The Period of Performance (POP) shall be for a base and four (4) optional years:

PERFORMANCE REQUIREMENTS
TESTING
The contractor shall be required to perform semiannual inspections and annual safety tests in accordance with and as the standard the latest edition of American National Standards Institute/American Society of Mechanical Engineers (ANSI/ANSE) 17.1 and 17.2 for all elevators and dumbwaiters listed in this solicitation, for the VA Medical Center, Salem, VA. All work performed shall be in strict accordance with the terms, conditions, provisions, schedules and specifications of this document.

ANNUAL TEST
The annual test shall be made as indicated in the Safety Test instructions on VA Form 10- 6167: Report, see attachment I. Test of Elevator Governor and Safety shall be at the slowest operating speed, with no load, as required for these Devices. All seals on governors shall be checked. If any are found broken, damaged, etc., the Contractor shall spin-check the speed and reseal.

EQUIPMENT TO BE TESTED
Manufacturer
Type
Use
Stops
Serial number
Location -
Designation
Dover
Hydraulic
Passenger
3
T1257
Building 1 - P1
Canton
Hydraulic
Passenger
4
8240-A
Building 2 - Pl
Canton
Hydraulic
Passenger
4
8240-B
Building 2 -P2
Dover
Traction
Passenger
4
V4076
Building 2A - P1
Dover
Traction
Passenger
4
V4077
Building 2A - P2
ThyssenKrupp
Hydraulic
Passenger
3
FAK.535
Building 4 - P1
Gal
Traction
Service
2
C-3350-B
Building 4 - S1
Dover
Hydraulic
Passenger
3
17752
Building 5 - P1
ThyssenKrupp
Traction
Passenger
3
EAK446
Building 7 - Pl
Southern
Traction
Passenger
3
82-05425
Building 8 - Pl
ThyssenKrupp
Traction
Passenger
3
EAK445
Building 9 - P1
Dover
Hydraulic
Passenger
3
T12392
Building 10 - P1
Galaxy
Hydraulic
Passenger
3
685277-11-P1
Building 11 - P1
ThyssenKrupp
Hydraulic
Passenger
3
FAK533
Building 12 - Pl
ThyssenKrupp
Hydraulic
Passenger
3
FAK534
Building 12 - P2
Southern
Hydraulic
Service
2
48J-187
Building 15 - S1
ThyssenKrupp
Hydraulic
Passenger
3
FAK532
Building 74 -Pl
ThyssenKrupp
Hydraulic
Passenger
3
EAK444
Building 75 - P1
Dover/Gal
Traction
Passenger
3
B2662-3
Building 76 - P1
ThyssenKrupp
Hydraulic
Passenger
3
EAK443
Building 77 - Pl
Galaxy
Traction
Passenger
5
658277-143-P1
Building 143 - Pl
Dover
Traction
Passenger
5
V1900499
Building 143 - P2
Dover
Traction
Passenger
5
V1900491
Building 143 - P3
Dover
Traction
Service
5
Vl900477
Building 143 - Sl
Galaxy
Traction
Service
5
685277-143-S2
Building 143 - S2
Dover
Traction
Service
5
V1900479
Building 143 - S3
Dover
Hydraulic
Service
3
E-B1476
Building 143 - S4
Dover
Hydraulic
Cart Lift
2
T20297
Building 143 - C1
Dover
Hydraulic
Cart Lift
2
T20298
Building 143 - C2

The Salem VAMC is currently in the process of updating the elevator equipment listed above. The name brand and serial number may be different than those listed above.
INSPECTION
The inspections shall be thorough Inspection of Elevators," and cover all items as specified in "Report of VA Form 10-6166, see attachment II., as well as any other parts and assemblies not listed in order to make a proper inspection. A minimum time of one and one-half (1 -1/2) hours shall be spent on each elevator and one (1) hour for each dumbwaiter per inspection. Parts shall be removed where necessary to determine the exact condition of parts, which could not otherwise be determined, and the equipment shall be cleaned where necessary to make proper inspections. Upon completion of the annual pressure relief tests on each hydraulic elevator, a stamped metal tag showing company name, date inspected, running pressure and relief valve pressure shall be installed at the operating valve assembly.
UNACCEPTABLE INSPECTION/TEST
If an inspection or test is determined to be unacceptable due to violations that are the responsibility of the VA Medical Center, then the VA will be responsible for having the elevator repaired. However, the contractor shall provide a re-inspection.
2.6 REPORTS
The Contractor shall evaluate and rate each elevator by completing VA Forms, 10-6166 and 10-6167 in duplicate which are defined above, upon completion of inspections. For all items on such forms, which are not applicable, the notation "NA" (not applicable) shall be made. For items requiring identification as to condition, the following definitions will apply:
GOOD-Equipment is new or does not indicate any appreciable wear that would reduce its strength or effectiveness.
FAIR-Equipment indicates wear, but the condition is such that replacement would not be necessary for a period of six (6) months or more.
POOR-A weakness or defect in equipment is indicated, and the condition is such as to render the elevator unsafe or incapable of proper operation, or it is estimated this will be the case within six (6) Months.
On the reverse side of such forms, the Contractor shall clearly indicate any adjustment, or replacements necessary to correct troubles encountered, shall definitely justify such recommendations and shall furnish specifications sufficient to enable the Veterans Affairs to purchase the materials required for such purposes.
(In addition, on the reverse side of the forms, the Contractor shall advise whether the elevator parts have been kept clean and lubricated where necessary. Such forms shall be completed in two (2) copies; all copies signed and left with the Contracting Officer's Representative (COR) at the Salem Veterans Affairs Medical Center. A copy of the initial inspection shall be given to the Chief, Facility Management Service or his designee and all problems will be discussed prior to departure from the Medical Center. Formal reports shall be submitted to the Contracting Officer within ten (10) calendar days after completion of inspection. When Contractor writes his report, the appropriate section of the ANSI code shall be referenced for each discrepancy found. All final reports shall also be submitted in pdf format to the Contracting Officer Representative.
CONTRACTOR QUALIFICATIONS
KEY PERSONNEL: The tasks required in the completion of this contract shall be performed by personnel who have developed competencies through training and experience and can provide written documentation such a resume and certification, of these competencies.. All Key personnel shall have a minimum of 5 years of experiences in the testing and inspections of elevators, dumbwaiters and vertical transport systems.
The contractor shall provide the documentation of applicable registrations, certifications, licenses or permits necessary to lawfully carry out the requirements of this contract.
HOURS OF OPERATIONS/HOLIDAYS
Normal Work hours: Monday through Friday, 7:45 a.m. - 4:30 p.m., including federal holidays with the exception of Christmas Day.

Federal Holidays:
New Year's Day
Martin Luther King Jr.'s Birthday
Presidents Day
Memorial Day Juneteenth
Independence Day Labor Day
Columbus Day Veterans Day
Thanksgiving Day Christmas Day



Or any other day specifically declared by the President of the United States of America to be a Federal Holiday.
SPECIAL REQUIREMENTS
QASP
The Government intends to utilize a Quality Assurance Surveillance Plan (QASP) to monitor the quality of the contractor's performance. The oversight provided for in the order and in the QASP will help to ensure that service levels reach and maintain the required levels throughout the contract term. Further, the QASP provides the COR with a proactive way to avoid unacceptable or deficient performance, and provides verifiable input for the required Past Performance Information Assessments. The QASP will be finalized immediately following award and a copy provided to the Contractor after award. The QASP is a living document and may be updated by the Government as necessary.
BACKGROUND INVESTIGATION
A full background check is not required for this position, however all contract employees must bring photo identification and advance notice from the requiring service to obtain a VA Badge in order to work on a VA Facility. Contractor is required to obtain a badge from Building 74, Room 210 and wear the I.D. badge during the entire time he/she is on the Salem VAMC grounds. The I.D. badge must be worn in a conspicuous place above the waist. There shall be a $10.00 charge to the contractor, payable via a Bill of Collection, if the I.D. badge is not returned at the time of the employee's departure. The employee will be given a receipt when the badge is turned in. All employees of the Contractor and subcontractors shall comply with VA security management program, be identified by project and employer, and restricted from unauthorized access. Upon award, the CO shall provide the contractor with detailed instructions on fulfilling security requirements.
CONTRACT ADMINISTRATION
ADMINISTRATION

Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor.
The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract.
The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority.
In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof.
QUALITY ASSURANCE SURVEILLANCE PLAN
The contractor shall be evaluated in accordance with the following QASP. For: Department of Veterans Affairs, Salem VAMC, Salem, Virginia
Contract Number: TBA
Contract Description: Furnish all necessary labor, materials (including required weights for the five-year testing), equipment and supervision required to perform semiannual inspections, annual safety inspections, and five year weight tests for all elevators, dumbwaiters, and vertical
transport equipment as listed in this section for the Veterans Affairs Medical Center, Salem, VA,1970 Roanoke Boulevard, Salem, Virginia 24153.
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 16, 2022 02:31 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >