Similar Projects
2022- Bond Related Capital Improvement Program - Contract #1 - Elevator Replacement
Renovation
Sub-Bidding
$644,000 CJ est. value
Westhampton Beach, NY 11978

Elevator Modernization
Renovation
Post-Bid
$200,000 CJ est. value
Binghamton, NY 13905

Elevator Parts
Term Contract
Post-Bid
New York, NY

Elevator Maintenance - Multiple Locations (North East Regions A, B and C)
Results
Danbury, Middletown, West Hartford, CT - Newark, DE - Ayer, Brockton, Chicopee, Devens, MA - Baltimore, Fort Meade, Rockville, White Plains, MD - Londonderry, Somersworth, NH - Blackwood, Trenton, NJ - Bayside, New Windsor, Niagara Falls, Schenectady, Shoreham, Webster, NY - Bristol, Coraopolis, Cranberry Township, Johnstown, Newtown Square, PA - Cranston, Middletown, RI - Bedford, VA - Hartford, Rutland, VT - Charleston, WV 12553

Elevator Maintenance - Multiple Locations (North East Regions A, B and C)
Results
Danbury, Middletown, West Hartford, CT - Newark, DE - Ayer, Brockton, Chicopee, Devens, MA - Baltimore, Fort Meade, Rockville, White Plains, MD - Londonderry, Somersworth, NH - Blackwood, Trenton, NJ - Bayside, New Windsor, Niagara Falls, Schenectady, Shoreham, Webster, NY - Bristol, Coraopolis, Cranberry Township, Johnstown, Newtown Square, PA - Cranston, Middletown, RI - Bedford, VA - Hartford, Rutland, VT - Charleston, WV 12553

Full Service Warranty Maintenance for Elevators
Alteration
Post-Bid
Brooklyn, NY 11233

LRRT - University Station Escalator Tube Panel Liner Replacement
Alteration
Results
$850,000 est. value
Buffalo, NY 14214

Town Hall Records Center Elevator Lift
Alteration
Post-Bid
Huntington, NY 11743

Elevator Maintenance, Repair and Inspection
Alteration
Results
Patchogue, NY

District-Wide Elevator Inspections and Repair Services
Alteration
Post-Bid
Rye, NY

Elevator Maintenance and Service
Alteration
Results
West Islip, NY

Elevator Preventative Maintenance and Repair
Alteration
Post-Bid
Middletown, Newburgh, NY

Elevator Replacement at West Hollow Middle School
Renovation, Alteration
Results
$900,000 est. value
Melville, NY 11747

Smd Services Requirements Contract for Replacement of Elevator Doors, Bucks and Related Work Within the Five Boroughs of New York City
Term Contract
Post-Bid
$150,000 CJ est. value
New York, NY 10007

Elevator Maintenance Townwide
Alteration
Results
Huntington, NY

Last Updated 10/02/2023 12:03 PM
Project Title

Z1DA--FY24 Services - Buffalo Elevator Maintenance

Physical Address View project details and contacts
City, State (County) Buffalo, NY 14215   (Erie County)
Category(s) Single Trades
Sub-Category(s) Conveying Systems
Contracting Method Competitive Bids
Project Status Sub-Bidding, Request for Qualifications, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Department of Veterans Affairs is seeking a firm fixed-price service contract for the elevator maintenance services at the Buffalo VA Medical Center from 12/01/2023 to 11/30/2024 with the provision of four (4) option years Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This solicitation is open-market, set-aside for Small Business vendors. The associated North American Industrial Classification System (NAICS) code for this procurement is 238290 with a small business size standard of $22 Million. The FSC/PSC is Z1DA. The Department of Veterans Affairs is seeking a firm fixed-price service contract for the elevator maintenance services at the Buffalo VA Medical Center from 12/01/2023 to 11/30/2024 with the provision of four (4) option years. All interested companies shall provide quotation via the attached 36C24223Q1198 Pricing Worksheet spreadsheet attached, updating only the unit-price column (column J). See additional documentation required with quote at section 14 of this document. Description of requirement (See attached Performance Work Statement (PWS)): The contractor shall provide all materials and labor identified in the PWS. Awardee shall coordinate with the Contracting Officer Representative (COR) prior to performance. Place of Performance: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.233-2 Service of Protest (SEPT 2006) 52.237-1 Site Visit (APR 1984) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 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 (AUG 2020) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.212-2, Evaluation Commercial Items . Addendum to 52.212-2: Basis for Award: The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Responses to this RFQ shall contain sufficient information to conduct a comparative evaluation of the following factors: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation/PWS and based on the information requested in the instructions to quoters section of the solicitation. (See section 14-17 for additional documentation required). Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. No relevant past performance shall be rated as neutral past performance. Contractor shall provide three (3) relevant references, from similar hospital elevator maintenance jobs, that may be contacted by the Contract Officer. Price: The Government will evaluate the price by adding the total of all line-item prices (see attached pricing spreadsheet). The total evaluated price will be that sum. Site Visit: Contractors shall attend a mandatory site-visit on Wednesday, October 11h, 2023, at 10:00am EST to view the requirement at the Buffalo VAMC. Contractors shall email the Contract Specialist (Nathan.Northrup@VA.gov) no later than Tuesday, October 10th, 2023, at 12:00pm EST with their intention to attend and specifics will be provided in return. No other site visits will be provided. Contractors that do not attend the site visit shall be excluded from competition. Veterans Involvement: In accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business (SDVOSB/VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in the SBA VertCert database at time of quotation submission and at time of award (https://veterans.certify.sba.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the SBA VetCert database (https://veterans.certify.sba.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Evaluation Approach: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 60 Days 52.222-32 Construction Wage Rate Requirements Price Adjustment (Actual Method) (AUG 2018) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2020) CL-120 Supplemental Insurance Requirements $500,000.00 , $200,000.00 , $500,000.00 , and $20,000.00 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.237-3 Continuity of Services (JAN 1991) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (SEP 2023) 52.219-14 Limitations on Subcontracting (OCT 2022) 52.219-14.f.1, Box 1 Checked. 52.219-28 Post Award Small Business Program Re-representation (SEP 2023) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) https://www.dol.gov/whd/govcontracts/sca.htm#guide 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) The Service Contract Act (SCA) of 1965 does apply to this procurement. The Davis-Bacon Act (DBA) of 1931 does apply to this procurement as outlined in section B.3.2.3 of the attached PWS (See also attached Wage Determinations). Responses should contain your best terms and conditions. All quoters shall submit the following: Completed 36C24223Q1198 Pricing Worksheet Worksheet 1. Line-Item Contract Format : Input unit prices in column J Worksheet 2. Evaluation Worksheet : This spreadsheet will be used for pricing evaluation purposes. (Note: Worksheet 2 is locked, and all values populate automatically from Worksheet 1 s entries). Capability statement demonstrating technical capability to meet all the requirements in the PWS including but not limited to statements acknowledging how Contractor will provide logistics support (ex: parts running, research, ordering, etc.) (section B.3.B), how the primary assigned technician will be supported by support technicians (section B.3.A and section B.3.1.3, A.), how the 24/7/265 call-back requirement will be fulfilled (section B.3.D), noting the ANSI/ASME/L Safety Codes requirement (section B.3.E) and others in section B.3.F, and addressing other contractor qualifications at section B.3.1.1. Statement of compliance with the two (2) hour call-back requirements of PWS: If Contractor needs to supplement staffing levels using sub-contractor, a dually signed support agreement between Contractor and sub-contractor mandating maximum response time of two (2) hours (see section B.3.1.1, C.). Contractor shall have capability to maintain proprietary operating systems designed by Thyssenkrupp and Serge. If primary assigned technician is not able to support Serge PLCs, Contractor shall provide one within two (2) hours (see section B.3.1.1, D.). Contractor shall have personnel on site within two (2) hours of receiving initial request for any emergency repairs outside of normal business hours (section B.3.2.3, A.). Staffing Plan: How the primary technician is assigned and how the Contractor plans to incorporate support technicians if Contract performance deems it necessary. If primary technician proposed is not currently employed by Contractor, please provide written agreement with proposed primary technician that they intend to accept the position if award is made. Not more than one elevator per bank shall be put out of service at one time for regular preventative maintenance (see section B.3.1.5). All labor, including primary and any support technicians, during normal business hours (see section B.3.1.2) shall be included in total price, any labor outside of those hours will be funded separately. Performance Standards: Statement acknowledging the Government s template for Quality Assurance Surveillance Plan (QASP) (attached) and the requirements of PWS section B.3.1.6. Each elevator shall be operable and available for use 90% of normal business hours. Table 1 requirements found at section B.3.1.6, B. OSHA 10-Hour (30-Hour for Supervisors) Certificates of any technicians who will be performing work at the facility (section B.3.1.1, H.). Journeyman and Apprentice Certifications for all technicians that will be performing work at the facility. Apprentices shall be in year three (3) or above of their respective apprenticeship program and a certified elevator mechanic shall be present when apprentices are performing work (section B.3.1.1, F.). Experience level noted in section B.3.1.1, B. shall be provided for primary assigned technician (section B.3.1.1, B.). International Union of Elevator Contractors (IUEC) or equivalent certifications for all technicians who will be performing work at the facility. Quality Control Program in accordance with B.3.1.6, E. Past Performance: Ten (10) years of Contractor experience referenced (see section B.3.1.1, A.) as well as fiver (5) years experience referenced for the primary assigned technician (see section B.3.1.1, B.). Three (3) references the CO may contact and comparable contract history. To facilitate the award process, all quotes shall 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00pm EST, Friday, October 20th, 2023. The Government shall only accept electronic submissions via email, please send all quotations to the Contract Specialist at Nathan.Northrup@VA.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist at Nathan.Northrup@VA.gov. Attachments: Final PWS 36C24223Q0931 Pricing Worksheet DBA Wage Determination NY20230050 SCA Wage Determination 2015-4147 P09 - QASP The Method of Contractor Selection has not been determined at this Time.

Details

Division 14 - Conveying Equipment, Operation and Maintenance of Conveying Equipment, Common Work Results for Conveying Equipment, Commissioning of Conveying Equipment, Elevators, Escalators and Moving Walks, Escalators.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents