The RFP Database
New business relationships start here

ANNUAL ELEVATOR SAFETY TESTS AND INSPECTIONS


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION ANNUAL ELEVATOR TESTING AND INSPECTIONS, STRATTON VA MEDICAL CENTER, ALBANY, NY.
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q1085
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.
(iv) This procurement is being issued as restricted to Small Business, Open Market solicitation. The North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $7.5 Million.
(v) The Contractor shall provide pricing for Annual Elevator Tests and Inspections. Table is optional. Contractor can use their own pricing table but must ensure each Option Period is priced separately. See table below:

PRICING FOR: ANNUAL SAFETY ELEVATOR TESTS AND INSPECTIONS.
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
0001
Base Year: Annual safety tests and inspections on ten (10) Traction type elevators, five (5) Hydraulic elevators and three (3) dumbwaiters. The tests and inspections shall include thirteen (13) No Load tests and five (5) Pressure tests.
18
JB


0002
Base Year: Independent Third-Party QEI Licensed/Certified witness for tests and inspections.
1
JB


Total Base Year:

1001
Option Year 1: Annual safety tests and inspections on ten (10) Traction type elevators, five (5) Hydraulic elevators and three (3) dumbwaiters. The tests and inspections shall include five (5) Full Load tests, eight (8) No Load tests and five (5) Pressure tests.
18
JB


1002
Base Year: Independent Third-Party QEI Licensed/Certified witness for tests and inspections
1
JB


Total Option Year 1:

2001
Option Year 2: Annual safety tests and inspections on ten (10) Traction type elevators, five (5) Hydraulic elevators and three (3) dumbwaiters. The tests and inspections shall include thirteen (13) No Load tests and five (5) Pressure tests.
18
JB


2002
Option Year 2: Independent Third-Party QEI Licensed/Certified witness for tests and inspections
1
JB


Total Option Year 2:

3001
Option Year 3: Annual safety tests and inspections on ten (10) Traction type elevators, five (5) Hydraulic elevators and three (3) dumbwaiters. The tests and inspections shall include five (5) Full Load tests, eight (8) No Load tests and five (5) Pressure tests.
18
JB


3002
Option Year 3: Independent Third-Party QEI Licensed/Certified witness for tests and inspections
1
JB


Total Option Year 3:

4001
Option Year 4: Annual safety tests and inspections on ten (10) Traction type elevators, five (5) Hydraulic elevators and three (3) dumbwaiters. The tests and inspections shall include thirteen (13) No Load tests and five (5) Pressure tests.
18
JB


4001
Option Year 4: Independent Third-Party QEI Licensed/Certified witness for tests and inspections
1
JB


Total Option Year 4:

Base and All Options Total:


(vi) Description of requirement
STATEMENT OF WORK

ANNUAL ELEVATOR SAFETY TESTS AND INSPECTIONS

Background:

The Stratton VA Medical Center in Albany, New York is currently seeking to provide for the requirement of all tools and labor necessary to perform annual safety tests and inspections on fifteen (15) elevators and three (3) dumbwaiters located at Stratton VAMC, Albany NY.

Scope of Work:

Contractor is required to furnish all materials, parts, labor and supervision to accomplish the task of performing licensed/certified elevator safety tests and inspections. Including issuance of a certificate of occupancy for each elevator.

Contractor is responsible for providing an independent Third-Party QEI certified or equivalent for witnessing the inspections and tests of elevators. Contractor is required to furnish all parts and labor to accomplish the task of providing Licensed/Certified Third-Party witness.

The safety tests and inspections shall include thirteen (13) No Load tests and five (5) Pressure tests.

Elevator Specs:

- Ten (10) Traction Type elevators located in Building 1:
Five (5) ea. Passenger elevators Rise 12-4,000 lbs cap.
Three (3) ea. Service elevators Rise 12- 4,000 lbs cap.
Two (2) ea. Service elevators Rise 13- 5,000 lbs cap.

- Five (5) Hydraulic Elevators:
One (1) located in Building 1
One (1) ea. Rise 2-4,500 lbs cap.

Three (3) located in Building 27
Two (2) ea. Rise 2-6,000 lbs cap.
One (1) ea. Rise 2-4,000 lbs cap.

One (1) located in Building 67
One (1) ea. Rise 3-3,500 lbs cap.

- Three (3) Dumbwaiters located in Building 1.

Contractor shall test the functionality of the equipment upon completion of inspections. The test shall ensure that any damaged or dysfunctional parts has been successfully repaired or replaced. The test shall ensure all functions including, but not limited to those related to repaired parts are operational.

Tests for inspection should ensure that the equipment is functioning within the guidelines of the OEM and ASME standards.
Inspection Certificates/Certificates of Operation shall be provided to the COR/POC upon completion and verification by the certified Third-party witness.

Contractor technicians performing the service must be CET certified by NAEC or equivalent. Inspectors must be QEI certified or equivalent. Third-party witnesses must be QEI certified or equivalent.

Should OPTIONS be exercised, contractor shall perform safety testing and inspections in the following manner:

Option Year 1:
5 full load tests
8 no load tests
B B B B B B B B B 5 pressure tests

Option Year 2:
13 no load tests
5 pressure tests

Option Year 3:
5 full load tests
B B B B B B B B B B 8 no load tests
B B B B B B B B B B 5 pressure tests

Option Year 4:
13 no load tests
B B B B B B B B B B 5 pressure tests

Safety Requirements

Annual inspections shall be performed as defined in ASME A17.1 Elevator Safety Code Maintenance and
Repair shall be conducted in accordance with VA Safety and Security Standards, ASME A17.1 Elevator
Safety Code, OSHA 29 CFR 1910 and 29 CFR 1926 as well as all standard OSHA safety guidance.

Period of Performance

The estimated base period of performance is October 1, 2019 through September 30, 2020 with the provision of four (4) option years.

Inspection

The COR/POC will perform inspection of the equipment in the presence of the contractor personnel, prior to the contractor personnel leaving the facility.
If a site visit is thought to be in the best interest of ensuring a full understanding of the requirement, then a proposed date should accompany the SOW. This date may change based upon the timeliness of receipt of a completed package.

Other Related Services (Not Included in the Scope of Work)

Any repairs, maintenance, and/or upgrades required to complete the testing and inspection that are not explicitly provided for by this statement of work, shall not be performed without expressed written approval from the contracting officer via modification to the contract. The contracting officer will review any ancillary repairs, maintenance and/or upgrades to determine if they are within scope prior to issuing any formal modification.

Any damages to the equipment caused by fault of the contractor in the act of performing the services whether by negligence or accident, shall be corrected at no additional cost to the government.

Contracting Office Address:
VISN 2 Network Contracting Office - Manhattan
423 East 23rd Street
New York, NY 10010

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance
Department of Veterans Affairs
Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C24219Q1085
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete.
Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete.
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration.
The following provisions are included as addenda to FAR 52.212-1:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.217-5 Evaluation of Options (JUL 1990)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
(a)Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Technical capability - Contractor shall provide a maximum 10-page capability statement
demonstrating their ability to meet all of the requirements of the SOW.
The contractor must be able to provide proof that contractor is licensed/certified to perform elevator safety test and inspections services and will be performed in accordance with ASME A17.1 Elevator Safety Code Maintenance and Repair and VA Safety and Security Standards, as well as OSHA safety guidance.
The contractor must be able to provide proof that each technician who will be performing the services is CET certified by NAEC or equivalent.
The contractor must be able to provide proof of Inspectors providing the service are QEI certified or equivalent.
The contractor must be able to verify that the Independent Third-Party Witness for tests and inspections is QEI certified or equivalent.
Contractor must provide evidences of past experience in performing similar tasks. Contractor must provide documentation of prior or current contract of similar scope with contact information for references.
(2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor.
(3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.
The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEPT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015).
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)

(xiii) The Service Contract Act of 1965 does apply to this procurement.

(xiv) N/A

(xv) This is a small business set aside open-market combined synopsis/solicitation for Annual Safety Elevator Tests and Inspections at the Stratton Veterans Affairs Medical Center as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 14:00 PM EST, Monday, August 26, 2019. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Monday, August 19, 2019 at 14:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Specialist, 212-686-7500 Ext 6090; Monique.Paltan@va.gov

Paltan, Monique
Contract Specialist
Monique.Paltan@va.gov

monique.paltan@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP