The RFP Database
New business relationships start here

Elevator Maintenance Service Manchester


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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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) The solicitation number is VA241-17-Q-0527 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This requirement is being issued as a total small business set-aside. The associated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $7.5 million.
(v) The Government intends to award a firm-fixed priced award for 12 months (10/01/2017-09/30/2018) with 4 Option Years. The Contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems at the VA Medical Center in Manchester, NH located at 718 Smyth Road. Please see the attached Performance Work Statement, Price Schedule and Evaluation below for full requirement details and pricing submission.
***Note: Award is subject to the availability of funds.
Item #
Description- Base Year
10/01/2017-09/30/2018
Qty
Unit
Price
Amount
0001
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems in accordance with Performance Work Statement.
12
MO


Item #
Description- Option Year 1
10/01/2018-09/30/2019
Qty
Unit
Price
Amount
1001
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems in accordance with Performance Work Statement.


12
MO



Item #
Description- - Option Year 2
10/01/2019-09/30/2020
Qty
Unit
Price
Amount
2001
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems in accordance with Performance Work Statement.
12
MO



Item #
Description- - Option Year 3
10/01/2020-09/30/2021
Qty
Unit
Price
Amount
3001
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems in accordance with Performance Work Statement.
12
MO


Item #
Description- - Option Year 4
10/01/2021-09/30/2022
Qty
Unit
Price
Amount
4001
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems in accordance with Performance Work Statement.
12
MO


Total

(vi) The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems at the VA Medical Center in Manchester, NH located at 718 Smyth Road.
(vii) The Place of Performance is the Manchester VAMC, 718 Smyth Road, Manchester, NH 03104. The period of performance shall be 12 months with one 4 Option Years.
(viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008);
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase.
(2) Quotes shall be submitted electronically via email to Tammy.Davis6@va.gov.
(3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code.
(4) Site Visit - A site Visit is scheduled for Thursday, 08/17/2017 at 9:00 A.M. Please send an email to tammy.davis6@va.gov if you plan on attending; the meeting location will be VAMC Manchester, meet at Building 6. Any potential changes to the performance work statement or questions, noted during the site visit must be submitted in writing by the question due date. The Contracting Officer is the only person that is authorized to change the requirement via an amendment to the RFQ.
(5) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 08/21/2017 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

(6) Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B

Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. The contractor shall also specify with the quote the total trade in value amount that is provided for the equipment listed in Attachment 1.
Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).B Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.
Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.B
Contractor shall demonstrate its corporate experience to meet all requirements stated in the Performance Work Statement.
If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort and experience.



Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8B by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 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).
SUPPLEMENTAL INSURANCE REQUIREMENTS
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.

52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)

52.217-9 --Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months.

Subcontracting Commitments - Monitoring and Compliance This solicitation includes FAR 52.219-14 and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (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) ; 52.219-8, Utilization of Small Business Concerns (NOV 2016), 52.219-14 Limitations on Subcontracting (JAN 2017) ; 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); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 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) (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) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 08/28/2017 at 12:00 PM. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered.
(xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).














PERFORMANCE WORK STATEMENT
Elevator Maintenance and Repair


INTRODUCTION
The contractor shall provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems at the VA Medical Center in Manchester, NH located at 718 Smyth Road.
DEFINITIONS/ACRONYMS
Engineer (ing) - Supervisor or designee.
CO: Contracting Officer
COR: Contracting Officer's Representative.
WHEN (business hours): Weekends, Holidays, Evenings, and Nights.
(Anytime outside of Normal Business Hours and Federal Holidays (Monday-Friday 7:00am-4:30pm)
ESR: Engineering Service report document containing a summary of the services rendered as outlined under the terms and conditions of the contract.
Authorization Signature: COR signature; indicates work status is accepted as stated in ESR.
VAMC - Department of Veterans Affairs Medical Center.

SCOPE
The scope of work includes full maintenance and repair of the existing vertical transport systems during normal working hour Mon.-Fri. 7am-4:30pm, with after-hours availability at the VA Medical Center, Manchester NH to limit impact to patient care. When the services are required, the Contractor shall be notified by the VA Medical Center to mobilize for their maintenance and repair services as outlined in this PWS.
Work under this contract shall include the following items:
Scheduled preventative maintenance. The Contractor shall provide a full preventative maintenance program for all vertical transport systems, including weekly inspections.
Mobilize service for operational problems not resolved as part of the preventative maintenance program during normal working hours from 7:00am-4:30pm.
Mobilize 24 hour, 7 days a week emergency call back service as needed.
Periodic testing.
Corrective service identified during inspections and preventative maintenance.
Provide all resources required in performing maintenance and repair services including: supplies, parts, materials, lubricants, hydraulic fluids, cleaning fluids, equipment tools, shipping, travel, programming, diagnostics, testing (of associated work) and labor.
Provide 24/7 contact phone number and account numbers.

NOTE: It is anticipated that due to the nature of the elevator maintenance agreement, any work (part installation/repair) that affects the performance of the elevators, which is not included in the PWS, may be added through a bilateral contract modification.


EQUIPMENT LIST
The following equipment/devices shall be covered as part of the vertical transport systems installed campus wide.
Vertical Transport Equipment
LOCATION
EQUIPMENT TYPE
MODEL
TYPE
RATED CAPACITY
QUANTITY
Bldg. 1
Passenger ElevatorB #1
G.A.L.B
B Geared Traction
4,000 lb
1B
Bldg. 1
Passenger Elevator #2
G.A.L.B
Geared Traction
4,000 lb
1
Bldg. 1
Freight Elevator #3
G.A.L.B
Geared Traction
5,000 lb
1
Bldg. 15
Passenger Elevator CLC #1
Atlas
Hydraulic
4,000 lb
1
Bldg. 15
Passenger Elevator CLC #2
Atlas
Hydraulic
4,000 lb
1
Bldg. 1
Handicapped (H/C) Lift
Savaria Concord
Electric
750 lb
1
Bldg. 1
Dumbwaiter
Atlas
Dumbwaiter
300 lb
1

PERFORMANCE REQUIREMENTS
All scheduled service work shall be completed during normal hours (7am-4:30pm) as well as WHEN hours when notified and approved by the VA Medical Center. Once a service call has been initiated by VA staff, a Technician shall arrive no later than 2 hours after the service call has been made unless otherwise agreed by the VA COR.
All travel cost associated with this contract shall be included in the contract cost. Additional cost will not be provided for any work.
The contractor shall be responsible for all: parts, materials, lubricants, hydraulic fluids, cleaning fluids, equipment tools, shipping, travel, programming, diagnostics, testing (of associated work) and labor required to perform all the services as outlined in this PWS. This Medical Center is considered a Critical Care facility; therefore as part of this contract, all equipment associated with the fire alarm shall be kept in 1st class condition and proper working condition 24/7.
All tools shall be kept in the contractor s eye contact at all times. When workers are taking breaks or leaving the site, the tools shall be removed and stored in a safe place. All parts and supplies shall be stored in metal cabinets in the elevator mechanical room.
During regularly scheduled inspections, the contractor shall determine the nature and extent of any trouble and shall take necessary action to restore the elevators to satisfactory and safe service. The contractor shall use preventive maintenance methods to ensure parts are installed prior to their breakdown point where possible as needed to keep the elevators in the best possible running order at all times.
At no time shall the vertical transport systems be left in trouble mode for a period of longer than 8 hours (starting once technician arrives) unless approved by the COR. No system shall be left out of service at the end of a workday, or over a weekend without permission from the VA. All devices, equipment, switches, etc., shall be verified that they are enabled and reset prior to end of workday. Within 10 days of contract award the contractor shall provide a quality management (QM) plan, outlining how they will determine that the system is left in working order once service has been completed.
If the contractor cannot resolve any issues with the vertical transport systems within 8 hours, an action plan must be written and forwarded to the COR for review and approval. This action plan shall contain the following information: summary of the problem, why the problem can t be fixed in allotted time, expected date and time of when the problem will be resolved. Insufficient labor shall not be a valid reason of why the work has not been completed.
The contractor shall have on hand a supply of spare parts sufficient for expedited repairs of the vertical transport systems.
Unlimited service calls shall be provided 24 hours a day, 7 days a week, for repairs associated with: equipment failures (replacement of devices and damaged equipment), vertical transport systems not functioning properly and upgrading equipment that is beyond its useful life. Contractor is responsible for all costs of material and parts needed to repair any problem that arises with any fault or failure of systems excluding evident damage caused by misuse.
The elevator maintenance contractor shall be present and assist during the semi-annual inspections and 5 year tests of the elevators. 5 year tests are completed in November of 2017. The VA will be responsible for the cost of third party Contractor inspections.
All Technicians working on the vertical transport systems shall wear and use the required safety PPE (personal protection equipment) as OSHA states for the hazards associated with the work being conducted. Any questions related to safety shall be directed to the COR for resolution through the on station Safety Manager.
Contractor is responsible for replacement of all light bulbs, including lights in elevators shaft on top and bottom of cars, hoistway crawl spaces, elevator machine room and all lights inside the elevator cabs.
During regular scheduled preventative maintenance visits, the Contractor shall retrieve any objects such as keys, wallets, glasses, etc. dropped in the elevator pit by occupants of the building. Such objects shall be turned over to the VA Police personnel.
A key for locked areas will be provided by the COR of the project or Police Services (during WHEN hours) upon notification form the service technician.
The contractor shall immediately notify the COR of any condition discovered that could result in extended duration of disrupted service. If the Technician notices a component that is close to failure and not associated with the service call for which they were mobilized, the problem shall be immediately resolved and or addressed.
The ESR that is generated for each service call is to be submitted to the COR for review and record within 24 hours of completing the service call. This 24hour constraint is only applicable during working hours, and is not expected to be completed during WHEN hours.
All equipment, materials, installation, and maintenance shall meet or exceed the minimal requirements set forth by ASME, OSHA, NFPA, and VA codes and conforming to the following codes:
ASME A17.1 , 17.2, 17.3, and 17.4
NEIT Vertical Transportation Standards for Elevators, Escalators, and Dumbwaiters, latest edition.
NFPA: 70, 70E, 72, 99 and 101
National Electric Code (NEC), latest edition
Manufacturer s requirement and specification on inspection, maintenance and operation of each equipment/system model.
Upon arriving at the Medical Center the Contractor (Elevator Technician) shall check in with the COR during normal business hours. The Contractor shall obtain a contractor badge and an escort to the location requiring the service. The Contractor shall check out and return the contractor badge upon completion of the service. Additionally, the Contractor shall obtain a VA PIV Contractor badge within 2 months from award.
During WHEN hours the contractor shall check in with Administrative Officer on Duty (AOD) to assist in escorting them to the area requiring service.
VA COR shall be provided with copies of Elevator Technicians licensure and training certification as well as their OSHA 10 documentation for review and record prior to the start of performance.
The Contractor shall supply an after-hours phone number that is to be called when mobilization of the elevator technician is required prior to the start of this contract.
The VA has the right to refuse any employee based on past performance/experience.
All work shall be performed in a manner which would present the least amount of distribution to the healthcare facility.
The Contractor shall ensure that the equipment operating criteria is maintained at all times for each piece of equipment:
Maximum capacity in pounds
Rated speed in feet per minute
Performance time measured brake to brake
Door operation
Traffic handling capabilities
Response times
Ride quality
Communication devices including telephone and intercom.
Lighting for hoist way, pit, car top, cabs, and emergency lighting.

The Contractor shall accept the Medical Center vertical transport equipment As is .

PREVENTATIVE MAINTENANCE AND INSPECTIONS (PMI)
PMI s shall be performed weekly on all (5) elevators and H/C lift. PMI s shall be performed monthly on the dumbwaiter.
The Contractor shall provide maintenance as noted in Appendix A. At a MINIMUM 1.5 hours of PMI per elevator and H/C lift each week, and 1.5 hours of PMI on the dumbwaiter each month. PMI s shall be done above and beyond the equipment repair hours weekly.
PMI s shall be performed during normal business hours consistently on the same day each week, unless approved and scheduled in advance otherwise by the COR.

SUMMARY OF CONTRACT DELIVERABLES
The following items are required to satisfy the requirements of this contract relating to the maintenance and repair of the vertical transport system. If any of the following items are not met the Contractor may be considered to be in breach of its contract:
Two (2) hour service response time for all service calls. Contractor shall supply an after-hours phone number that is to be called when mobilization of the elevator technician is required prior to the start of this contract.
Contractor shall provide the day of the week they intend to schedule consistently for PMI s and repairs. If the day falls on a federal holiday, the PMI s and repairs shall be completed the next business day following the holiday.
Provide a list of service technicians that may be dispatched to the Manchester VA. All technicians dispatched for service shall be licensed for the state of NH. All technicians shall have a minimum of OSHA-10 certification.
ESR shall be completed and forwarded electronically to the COR for record:
Reports shall include name and contact information of technician.
date and time of work performed,
duration of service call,
description of service call
If immediate resolution cannot be achieved, an action plan must be submitted and approved by the COR within twelve hours (12) hours of service call being made.

CONTRACTING OFFICERS REPRESENTATIVE (COR)
The Contracting Officer is the only person who has the authority to modify this contract. A COR will be delegated for this contract, all questions regarding the contract shall be addressed to either the COR or the CO in writing for resolution.
If the contractor ever cannot meet the requirements of this contract, the CO shall notified immediately for direction on how to proceed.

9.0 PERFORMANCE REQUIREMENTS SUMMARY
The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.
Required Services
(Tasks)
Performance
Standards
Acceptable Quality
Levels
Methods
of
Surveillance
Certifications-Current





Inspections (timeliness)




Call backs and call back timeliness

Vertical transport systems are operational


Elevator Technicians maintain NH licensure, OSHA 10 Certification

Weekly on all (5) elevators and H/C lift. Monthly on the dumbwaiter.


Two Hour Service Response Time

Systems shall not be left in trouble mode for a period of longer than 8 hours
100%





100%




98%


99%



COR random review





COR random review




Customer complain COR random review

Customer Complain
Periodic Surveillance


Appendix A
Electric Elevators
Weekly/Monthly Maintenance:
Hoistway & Car Top
Check lube and lubricators for car and cwt rails.
Observe bolts, joints, and brackets.
Check/lube O.H. sheaves and bearings.
Observe all HOISTWAY switches and vanes.
Observe cwt, shoes, rods and cable length.
Observe conduit, fittings, and fastenings.
Check tension and hitch of hoist cables.
Check guide shoes, gibs, rollers, and tires.
Check door operator and retiring cam.
Car
Check car light, stop sw and alarm bells.
Check operating devices and signal lamps.
Check operation of car doors and gates.
Check door or gate contact, safety edge and photo electric beams.
Observe stop and leveling at all floors.
Corridor
Test operation of all doors and gates.
Test operation of interlocks and contacts.
Check hall buttons and indicator lamps.
Quarterly Maintenance
Hoistway & Car Top
Clean and tighten all belts, brackets and fastenings in hoistway.
Clean and lube all hoistway switches.
Clean and check contacts and acutators.
Clean and lubricate hoistway door hangers.
Clean and adjust door operator contacts, motor brushes, belt, and chain, cords, and clutch and safety edge.
Car
Check and tighten all bolts on sling.
Check fastenings and bolts for cams, safety, cords, and compensating chain.
Check conduit and electric wiring.
Pit
Test buffers and pit stop switch.
Check tail sheave, bolts, hangers, and bearings.
Semi-Annual/Annual Maintenance
Brush and vacuum clean hoistway.
Conduct annual safety test.
Clean bottom gibs of car and hall doors.
Test all door hangers for up thrust.
Check lubrication of ball and roller bearings.

Dumbwaiter and H/C Lift
Monthly Maintenance:
Door & Gate Operation
Clean, lubricate, and adjust brake and operation of braking system.
Check linkages, gears, wiring, and motor.
Check keys, set screws, contacts, chains and cams.
Door Closer
Clean, adjust and lubricate pivot points, sill trips and checking devices.
Car
Clean, adjust and lubricate car doors, gate tracks, pivot, hangers, car grill, stile channels, side and top exits.
Check adjustment of car shoes, roller guides, and adjust if necessary.
Inspect safety parts, pivots, set screws and switches.
Leveling
Clean, adjust and lubricate leveling switches, hoistway vanes, magnets and inductors.
Hoistway Doors
Clean, lubricate and adjust tracks, hangers and up thrust.
Machines
Observe brushes for arcing and gear care bearings for wear and end play.
Inspect worm and gear backlash, thrust and play and any bearing wear in machine.
Ropes
Inspect all fastenings and ropes for wear and lubrication.
Advise contracting officer when hoist ropes should be replaced.
Motor and Generators
Clean all communicators, armatures, and motors with blower or vacuum.
Inspect armature and rotor clearances.
Check motor and MG set connections, change oil in bearings and lubricate in accordance with manufacturer s instructions.
Renew or reseat brushes as necessary.
Miscellaneous
Observe operation of signal and dispatching system.
Inspect compensating chain hitches, drum buffers, rope clamps, slack cable switch, couplings, keyways, indicator dials and pulleys.
Clean and lubricate as necessary.
Clean car grills on stile channels.
Group supervisory control systems where installed shall be checked.
The system s dispatching, scheduling and emergency service features shall be tested and adjusted in accordance with manufacturer s specification as required.
Keep the interior of the machinery clean.
If previously painted, keep machinery painted and presentable at all times.
Controllers
Clean with blower, check alignment of switches, relays, timers, hinge pins, etc.
Adjust and lubricate.
Check all condensers, resistance tubes grids.
Check fuses, holders, and all controllers.
Guides
Lubricate (roller guides) as necessary.
Hoistway
Inspect, clean and adjust guide rails, cams and fastenings of counter weights.
Inspect and test limit terminal switches for proper operation.
Check elevator shaft for settling and cracks in building structure.
Fill and adjust checks and door eccentrics.
Check bottom gibs, struts, sills, headers, bumpers, and fastenings.
Adjust door contacts as requird.
Hall
Inspect hall button contacts, springs, and wiring.
Clean and lubricate.

Hydraulic Elevators
Monthly Maintenance:
Check Points
Observe operation of elevator throughout its full range and at all floors it serves to test controls, safety devices, leveling, re-leveling and other devices.
If creeping exceeds 2 , determine cause and correct it.
Check opening and closing of doors, gates, the indicators in cab and at each floor.
Inspect interior of cab.
Test normal and emergency lights, fan, emergency call system or alarm, miscellaneous hardware, control panel, etc.
Inspect hoistway, pit and machine room.
Clean and lubricate equipment and clean pit and machine room floors. Test mechanism.
Observe operation of motor and pump, oil lines, tank, controls, plunger, packing, etc.
Test manual and emergency control.
Clean and lubricate floor selector drive tapes and chains.
Clean and lubricate automatic slow-down and stopping switches on top of cabs on elevator.
Clean car positioning indicators, signal boards, and adjust if necessary.
Clean and lubricate guide rails, if required.
Quarterly Maintenance
Clean, lubricate and adjust
Clean, lubricate and adjust overload mechanism.
Clean all motors.
Check dispatching system.
Repair and adjust electronic door operation system, clean as necessary.
Clean mechanism, hoistway top and bottom of cabs, etc.
Inspect and clean car door catch contacts and adjust if necessary.
Miscellaneous
Service is to be performed as required to maintain a safe and efficient operation.
Clean and adjust floor selector contacts.
Hoistway doors, car gates, and associated equipment are maintained continuously.
Inspect and repair or renew traveling cables.

Tammy Davis
Tammy.Davis6@va.gov

Tammy.Davis6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP