New Hampshire Bids > Bid Detail

J036--Elevator Maintenance Contract | Manchester

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159586645621659
Posted Date: Sep 6, 2023
Due Date: Sep 20, 2023
Solicitation No: 36C24123Q1103
Source: https://sam.gov/opp/d338ad4267...
Follow
J036--Elevator Maintenance Contract | Manchester
Active
Contract Opportunity
Notice ID
36C24123Q1103
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 06, 2023 01:16 pm EDT
  • Original Date Offers Due: Sep 20, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Manchester VA Medical Center Manchester , NH 03104
    USA
Description

Combined Synopsis Solicitation Manchester VAMC Elevator Maintenance and Repair- Service Contract
(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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q1103 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04.
(iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 238290 Other Building Equipment Contractors and small business size standard is $22 million.
(v) The Government intends to award a firm-fixed price award for an Elevator Maintenance and Repair- Service Contract at the Manchester VAMC. Please see the attached Performance Work Statement (PWS) for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary to provide regular preventative maintenance and 24 hour emergency service repair for the elevators IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details.
(vii) The Place of Performance is Manchester VAMC as described per the PWS.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 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); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (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. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: A site visit is scheduled for 13, September 2023 @ 10:00 AM* Questions shall be submitted to the Contracting Officer 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 15 September 2023 at 12:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall 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.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the in a timely efficient manner.Â
Contractor shall have the required certifications as stated in the PWS.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(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.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, 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 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: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester, New Hampshire Hillsborough County WD 2015-4019 (Rev-22)) posted on beta.sam.gov)
(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 20 September 2023 by 5:00 PM EST. RFQ responses must be submitted via email to kenya.mitchell1@va.gov and joshua.davis5@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Kenya Mitchell at kenya.mitchell1@va.gov.

Site Visit : September 13, 2023
Manchester VAMC
718 Smyth Rd
Manchester, NH 03104
POC: James Blevin - (603) 624-4366 Ext 6462

ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
Total
0001
Preventative Maintenance, Inspections, Repairs, and Emergency Services on the Elevators, H/C Lift, and Dumbwaiter System.
12
MO
0002*
Call-ins, Repairs & Emergency Repair Services - Labor, Parts & Materials.
Regular Labor Rate - XXXX
Overtime Labor Rate: XXXX
1
JB
0.00
0.00
0003**
Call ins, Repair, & Emergency Repair Services- Labor. (Overtime- outside of standard business hours.)
30
HR
0004**
Call ins, Repair, & Emergency Repair Services- Labor. (Normal Working Hours)
30
HR


1001
Preventative Maintenance, Inspections, Repairs, and Emergency Services on the Elevators, H/C Lift, and Dumbwaiter System.
12
MO
1002*
Call-ins, Repairs & Emergency Repair Services - Labor, Parts & Materials.
Regular Labor Rate - XXXX
Overtime Labor Rate: XXXX
1
JB
0.00
0.00
1003**
Call ins, Repair, & Emergency Repair Services- Labor. (Overtime- outside of standard business hours.)
30
HR
1004**
Call ins, Repair, & Emergency Repair Services- Labor. (Normal Working Hours)
30
HR


2001
Preventative Maintenance, Inspections, Repairs, and Emergency Services on the Elevators, H/C Lift, and Dumbwaiter System.
12
MO
2002*
Call-ins, Repairs & Emergency Repair Services - Labor, Parts & Materials.
Regular Labor Rate - XXXX
Overtime Labor Rate: XXXX.
1
JB
0.00
0.00
2003**
Call ins, Repair, & Emergency Repair Services- Labor. (Overtime- outside of standard business hours.)
30
HR
2004**
Call ins, Repair, & Emergency Repair Services- Labor. (Normal Working Hours)
30
HR


3001
Preventative Maintenance, Inspections, Repairs, and Emergency Services on the Elevators, H/C Lift, and Dumbwaiter System.
12
MO
3002*
Call-ins, Repairs & Emergency Repair Services - Labor, Parts & Materials.
Regular Labor Rate - XXXX
Overtime Labor Rate: XXXX
1
JB
0.00
0.00
3003**
Call ins, Repair, & Emergency Repair Services- Labor. (Overtime- outside of standard business hours.)
30
HR
3004**
Call ins, Repair, & Emergency Repair Services- Labor. (Normal Working Hours)
30
HR


4001
Preventative Maintenance, Inspections, Repairs, and Emergency Services on the Elevators, H/C Lift, and Dumbwaiter System.
12
MO
4002*
Call-ins, Repairs & Emergency Repair Services - Labor, Parts & Materials.
Regular Labor Rate - XXXX
Overtime Labor Rate: XXXX
1
JB
0.00
0.00
4003**
Call ins, Repair, & Emergency Repair Services- Labor. (Overtime- outside of standard business hours.)
30
HR
4004**

Call ins, Repair, & Emergency Repair Services- Labor. (Normal Working Hours)
30
HR
*This is not required to be priced and will not be evaluated. This line item will, however, be included in the award.
**This is used for evaluation purposes only. The labor rate will be included in Line Item 0002, 1003, 2002, 3002, and 4002 upon award and line item 0003/1003/2003/3003/4003 and 0004/1004/2004/3004/4004 will be removed.

ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
ATTACHMENT 3
PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
Elevator Maintenance and Repair- Service Contract
INTRODUCTION
This contract includes but is not limited to provide all equipment, supplies, parts, tools, 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. The proposed term of the service is one year from the date of the award. There will be a base year plus four additional renewal option years to be re-evaluated and awarded annually based on performance.
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
This performance work statement (PWS) 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 of this contract are required, the Contractor shall be notified by the VA Medical Center to mobilize for their maintenance and repair services as outlined in this contract.
Work under this contract is to include but not limited to the following items:
Scheduled preventative maintenance. Contractor will 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 but not limited to 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.
EQUIPMENT LIST
This contract is to cover the following equipment/devices as part of the vertical transport systems installed campus wide.
Vertical Transport Equipment
LOCATION
EQUIPMENT TYPE
MODEL
TYPE
RATED CAPACITY
QUANTITY
Bldg. 1
Passenger Elevator #1
G.A.L.Â
 Geared Traction
4,000 lb

Bldg. 1
Passenger Elevator #2
G.A.L.Â
Geared Traction
4,000 lb
1
Bldg. 1
Freight Elevator #3
G.A.L.Â
Geared Traction
5,000 lb
1
Bldg. 1E
Passenger Elevator #1: Clinical Service BLDG
Endura
Hydraulic
4,500 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, it is expected that a Technician shall arrive no later than 2 hours after the service call has been made unless otherwise agreed by the VA COR.
All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work.
The vendor shall schedule all site visits, to include emergencies, with the COR.
The vendor shall submit technician certification/licensure prior to work start. Copies of these are also to be submitted with the completed checklists.
All travel cost associated with this contract are to be included in the contract cost. Additional cost will not be given to the Contractor for what they deem out of scope.
The contractor under this PWS will 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 carry out 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.
The contractor shall have the capability of producing electronic documents that shall be able to interface with the systems used by the VA, Facilities Management Service (FMS) at the VAMC-Manchester. The contractor shall submit electronic copies of all documents via email whenever possible to the Contracting Officer (CO) or Contracting Officer s Representative (COR). The Contractor shall submit hardcopies if requested by the CO or COR.
All tools must be kept in eye contact at all times, when workers are taking breaks or leaving the site, tools must be removed and stored in a safe place. All parts and supplies shall be stored in metal cabinets in the elevator mechanical room.
All labor rates will comply with applicable Wage Rate Determinations by the Department of Labor.
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, and by using preventive maintenance methods, install parts prior to their breakdown point where possible, all as necessary 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 will 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., must be verified that they are enabled/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) that they were dispatched for, 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 will 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 is responsible to 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 CO or 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.
COR must be immediately notified of any condition discovered through this contract that could result in extended duration of disrupted service. If the Technician notices a component this is close to failure and not associated with the service call in which they were mobilized for, they must immediately be 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 (to be determined) once arriving onsite during normal business hours. The Contractor shall be required to obtain a contractor badge and an escort to the location requiring the service. Contractor shall be required to also check out and return the contractor badge upon completion of the service. Additionally, the vendor shall be required to obtain a VA PIV Contractor badge within 2 months from the notice to proceed.
During WHEN hours the contractor shall be required to check in with Administrative Officer on Duty (AOD) to assist in escorting them to the area requiring service.
VA COR is to 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 this contract.
Contractor is to 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 subcontractor 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.
Contractor shall ensure that the equipment operating criteria are 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 (6) elevators and H/C lift. PMI s shall be performed monthly on the dumbwaiter.
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 (at minimal) 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 their contract:
Two (2) hour service response time for all service calls. Contractor is to 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 CO & COR of the project will be determined at the time of contract award. The CO is the only person who has the authority to modify this contract. The COR will be managing the contract for the CO, all questions regarding the contract shall be addressed to either the COR or the CO in writing for resolution.
If the contactor ever cannot meet the requirements of this contract, the CO is to be notified immediately for direction on how to proceed.
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.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 01:16 pm EDTCombined Synopsis/Solicitation (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 >