The RFP Database
New business relationships start here

Albany Annual Elevator Testing (VA-18-00088640)


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

Page 1 of 10
COMBINED SYNOPSIS/SOLICITATION ANNUAL ELEVATOR INSPECTION SERVICES AT THE ALBANY VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13. Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals 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 36C24218Q9483.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.
(iv) This procurement is being issued as a total service disabled veteran owned small business (SDVOSB) set aside. The North American Industry Classification System (NAICS) code is 238290, Other Buildings Contractors with a small business size standard of $15 Million.

(v) The Contractor shall provide pricing to Annual Elevator Inspection Services. See table below: (contractor may use alternate document for providing pricing)

PRICING FOR Snow Removal Services
Line Item
DESCRIPTION

QUANTITY
UNIT
UNIT COST
TOTAL PRICE
0001
Base year: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests
10/1/2018 09/30/19
13
Test


0002
Base year: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Pressure Tests
10/1/2018 09/30/19
5
Tests


Total Base Year

1001
Option year 1: Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Full Load Tests.
10/1/2019 09/30/20
5
Test


1002
Option year 1: Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests
10/1/2019 09/30/20
8
Test


1003
Option year 1: Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Pressure Tests
10/1/2019 09/30/20
5
Test


Total Option Year 1

2001
Option year 2: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests 10/01/2020 09/30/21
13

Test


2002
Option year 2: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests 10/01/2020 09/30/21
5
Tests


Total Option Year 2

3001
Option year 3 Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Full Load Tests.10/01/2021 09/30/2022
5
Tests


3002
Option year 3 Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests.10/01/2021 09/30/2022
8
Tests


3003
Option year 3 Annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Pressure Tests.10/01/2021 09/30/2022
5
Tests


Total Option Year 3

4001
Option year 4: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. No Load Tests 10/1/22 09/30/23
13
Tests


4001
Option year 4: annual inspection for Albany Elevators ten(10) traction type elevators, five (5) Hydraulic elevators and three(3) dumbwaiters. Pressure Tests 10/1/22 09/30/23
5
Tests


Total Option Year 4

TOTAL BASE + ALL OPTIONS PRICE


(vi) Description of requirement

Request for Services - Statement of Work (SOW)

ANNUAL ELEVATOR 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 testing and inspection.
This testing 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 12-4,000lbs cap.
- Three (3) ea. Service elevators Rise 12- 4,000lbs cap.
- Two (2) ea. Service elevators Rise 13- 5,000lbs cap.

- Five (5) Hydraulic Elevators
-One (1) located in building 1:
Rise 2-4,500lbs cap.
- Three (3) located in building 27:
Two (2) ea. Rise 2-6,000lbs cap
One (1) ea. Rise 2-4,000lbs cap
- One (1) located in building 67:
Rise 3-3,500lbs cap.

- Three (3) Dumbwaiters located in building 1.

Contractor is required to furnish all parts and labor to accomplish the task of providing Licensed/certified third party elevator inspection.

Contractor shall provide certified third party witnessing of tests.

Contractor shall test the functionality of the equipment upon completion of service. 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 shall be provided to the COR/POC upon completion and verification by the certified third party witness.

Contractor technicians performing the service must be Certified Elevator Technician (CET) certified by National Association of Elevator Contractors (NAEC) or equivalent. Inspectors must be QEI certified or equivalent. Third Party Witnesses must be QEI certified or equivalent.

Should options be exercise, contractor shall perform testing and inspections in the following manner:
Option year 1:
5 full load tests
B B B B B B B B B B B B B B B 8 no load tests
B B B B B B B B B B B B B B 5 pressure tests
Option year 2:
B B 13 no load tests
B B B B B B B B B B B B B B B 5 pressure tests
Option year 3:
5 full load tests
B B B B B B B B B B B B B B B 8 no load tests
B B B B B B B B B B B B B B 5 pressure tests
Option year 4:
B 13 no load tests
B B B B B 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, 2018 through September 30, 2019 with the provision of four (4) option years.


Place of performance

The Stratton VA Medical Center 113 Holland Ave, Albany, NY 12208 shall be the site for all work performed on this requirement.


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.



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. Contracting officer approval of additional work shall only come 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 - Albany
20 Madison Ave Extension
Albany, New York 12203

Place of Performance:
Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

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

(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 36C24218Q9483
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Price
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:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Technical capability to meet all of the requirements of the SOW, please provide a maximum10 page capability statement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.

Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis.

Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. Offerors should send their listed private sector references a letter, authorizing the reference to provide past performance information to the Government.

The contractor s past performance will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in PPIRS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.


(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.

This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total.

(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:

52.217-8 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)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013
CL-120 Supplemental Insurance Requirements
52.232-19 Availability of Funds for Next Fiscal Year (Apr 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)

(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.

52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
2.209-6, 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 (NOV2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor--Cooperation with Authorities and Remedies (OCT 2016)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50, Combating Trafficking in Persons (MAR 2015)
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 (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)

(xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation

(xiv) N/A

(xv) This is an open-market totalSDVOSB set-aside combined synopsis/solicitation for Annual Elevator Inspection and Testing at the Stratton VA 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). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition.
Submission shall be received not later than 4:00 PM EST, Friday July 6, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday June 2, 2018 @ 4:00pm EST.

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.

MURRAY, ANTHONY
518-626-6138
ANTHONY.MURRAY2@VA.GOV

CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP