BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in North Las Vegas, Nevada. Contact the soliciting agency for additional information.

This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing elevator maintenance services as further described in the draft Performance Work Statement (PWS). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The anticipated period of performance is Base plus one year. The contractor will be providing services for the Las Vegas VA Medical Center 6900 North Pecos Road, North Las Vegas, Nevada 89086. There is no solicitation document as this time. The NAICS is 238290 Other Building Equipment Contractors, with Small Business size of $16.5M. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 10 AM Pacific Time, June 25, 2022. If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz. Capability statements that include the following: Identify geographical areas your company currently services Approximately how many current employees do you have in the service area(s)Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number. Identify generally what administrative resources your organization has in the areas identified. For example, identify offices located in the identified region. Are you a certified and authorized vendor to perform work on elevators If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The Service Contract Act will apply. Please see the DRAFT Statement of Work attached for further details. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. PERFORMANCE WORK STATEMENT ELEVATOR SERVICE AND MAINTENANCE The VA Medical Center, 6900 North Pecos Road, North Las Vegas, NV has a requirement for Elevator service and Repair Service Contract. Base year plus one (1) option year. 1. General Procedure The contractor shall provide full maintenance of elevators, cart elevators, dumbwaiters and wheelchair lifts at the VA Southern Nevada Health Care System, Las Vegas. Full maintenance service, as defined in this statement of work, shall require the contractor assign skilled trained journeyman elevator mechanics and helpers for the purpose of regular and systematic inspection, cleaning, adjustment, lubrication, and repair of equipment. The Contractor shall troubleshoot and resolve problems to restore elevators. Repair work on all breakdowns shall begin in accordance with the time requirements identified in the contract and proceed to completion in a timely and expedient manner until elevator(s) is returned to fully operational. All work is to be performed in accordance with normal commercial practices, and in accordance with ASME A17.1-2004: Safety Code for Elevators and Escalators. 2. Preventative Maintenance Inspections and Repair Service The contractor shall perform on-site preventive maintenance inspections (PMI) and intervening repair services for the equipment listed herein. The Resident Mechanics and helpers shall be equipped with the necessary parts, tools, data tags, materials, and any additional human resources (Repair Team) to conduct the repair in an efficient manner. Therefore, the contractor shall provide sufficient repair crews in order to meet the downtime requirements contained herein. The contractor shall be responsible for obtaining expert assistance, such as, Motion Control, if needed to affect efficient and timely repair. A $500.00 assessment in Liquidated Damages per day by the Government shall be applied in addition to any other Liquidated Damages for failure to diagnose and take appropriate action. The contractor shall ensure that all equipment maintained or serviced be in optimum operating condition upon completion of maintenance and repair. The contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date. The contractor shall be given the option to repair within thirty (30) days after the contract expiration any conditions determined to be pre-exisiting upon contract expiration. The VA reserves the right to make arrangements for repair with a third party and costs of repairs which shall be deducted from any outstanding invoices submitted by the contractor of this contract. In the event that there are no outstanding invoices, the contractor shall be billed for any pre-existing conditions. PMI shall include, but are not limited to: Inspection of the following: signal devices, pump motor, hydraulic valve, packing, control equipment, wiring, car doors, gates, interlocks, guide rails, elevator communication system and car landing. Housekeeping: examine and clean controller, remove trash, clean dust from controller and filters, lubricate and replace worn parts. Painting: The exterior of machinery and other parts of the equipment subject to rust shall be kept properly painted and presentable at all times. Electrical Wiring and Conductors: All electrical wiring conductors and wiring enclosures extending to elevators, cart elevators, dumbwaiters, and wheel chair lifts from circuit breakers or main line switches in machine rooms. Roof Accesses: Roof Accesses to machine rooms from buildings shall be kept closed and locked. Do not block, open or leave rooms unattended. Emergency Car Top Exits: Car top access doors shall be kept closed and locked while elevators are in service and accessible to the general public. Hotwork: Contractor shall coordinate all hotwork and downtime required for maintenance with Engineering Service. 5. Quality Control The contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with ASME A17.1-2004: Safety Code for Elevators and Escalators, National Fire Protection Association, National Electronic Code, Uniform Building Code 70E (Personnel Protection), 72 (Fire Alarms), 101 (Life safety) VA design, criteria and construction specifications. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. At a minimum, the contractor shall develop quality control procedures that address the VTE covered under this contract. 6. Schedule of Services The following cleaning, lubrication, adjustment and preventive maintenance services shall be required in order to maintain proper operation of elevators, car lifts, dumbwaiters, and wheelchair lifts. Maintenance intervals called for in this contract and the manufacturer s recommendation shall constitute the minimum level of service required. The following guidelines reflect the estimated maintenance per elevator, cart lifts, dumbwaiter and wheelchair lift per week. Contact the Engineering Service COR (Contracting Officer Representative), to receive a report of malfunctions. Mechanics rounds shall be coordinated with the COR. Inspection rounds of each elevator, dumbwaiter, wheelchair lift, and cart lift for proper operation shall include but not limited to: Landing accuracy Power door operation, including proximity safety edges, mechanical safety edges, and photo electric eyes. Emergency stop, switch and bell. Ride each elevator, checking for unusual noises, vibration, or faulty operation (leveling and stopping). Assist the VA with testing medical emergency circuit operation in each elevator. Location of testing will be altered in order to periodically test all landings. Inspect machine rooms and equipment. Notify the COR of operational status of VTE. Report equipment removed from service, reason for outage, anticipated downtime and repair action to restore service. Check all lamps contained in illuminated hall, call stations, car control panels, position indicators, main and auxiliary power key switch panels, medical emergency circuits, directional arrows and any other lamps pertaining to the operation of the elevators, digital directional arrows (LED) and position indicators and replace burned out lamps. Confirm proper operation of emergency intercoms located in each elevator by contacting station PBX operator. Malfunctioning intercoms shall be immediately reported to the COR for repair. Elevator shall be removed from operation until repairs are completed. Inspect elevator, cart lift, wheel chair lift, and dumbwaiter hoist ways. Car top lights and hoist way lights shall be checked, and burned out lamps replaced with Government furnished lamps. Inspect door self-closing, gibs, and pickup rollers. Monthly Measure oil levels in tank and refill to full level. Examine and correct valves, pump, tank, and lines for excessive leakage. Examine piston and piston packing gland for excessive weepage and tighten or replace packing to correct. Check piston for signs of leakage or rust. Examine pit return line and confirm weepage return to main tank. Check cab emergency lights. Contact the COR immediately to report inoperative parts. Clean photo electric eye lens and confirm proper operation of photocell retraction circuit. Check Janus Chromaline operation and correct adjustments Check safety edge device for proper retraction. Check and lubricate governor tension weight sheave, and deflector sheaves located in secondary Check controllers. Examine contacts for excessive arcing. Examine solid-state circuit boards for signs of overheating. Examine wiring harnesses for wear or damage and check alignment of moving parts. Quarterly Check tension and wear of car door operator belts, and door operators. Check retiring cam device, chains and fastenings. Check adjustment of guide shoes and guide rail rollers. Clean and apply light film of oil on selector drive tape or chain. Inspect, test and clean new landing system devices. Check main line fuses for deterioration/overheating. If deficiencies are found notify COR. Check car and counterweight roller guides for excessive wear or flattening. Check worms and gears for backlash, leaks and check oil level and refill as required. Observe machine and motor oil ring operation. Semi-Annually Manually clean controller. Thoroughly examine relays, adjust contacts for wear. Check alignment of switches. Examine printed circuit boards. Check resistance tubes. Check and test all solid state components and devices. Check and lubricate door operator shaft bearing alignment and for proper operation and make all appropriate adjustments. Check door gibs for wear and missing firetabs. Check door upthrust adjustment. Check and clean contacts and switches in hall stations car and operating panels. Check, lubricate and adjust door clutch mechanism pick-up rollers. Add Gal mac and all new components on the Renova door operations Disassemble, clean, and lubricate car top fans. Check hitches and slack cable switch of selector drives units (Dumbwaiters). Check, clean, and lubricate hoisting ropes, grooves, hitches, and equalize cable tension. Clean and apply light film of oil on tape, cable/chain. Include leveling devices and door zone tapes Annually Motor bearing maintenance. (See motor manufacturer s instruction). Examine fuses in controller fuse blocks. Confirm proper capacity against manufacturer s specification. Check door closing force, which must not exceed seven (7) foot pounds. Check door speeds in feet per minute. Check door reading cable tension. Inspect, lubricate, and adjust limit switches. Examine traveling cable for wear and damage. Check junction box cable at hoist way and car terminations. Clean machine brake plunger using lubricant recommended by manufacturer. Lubricate machine sheave shaft roller bearings. Check all oil level and clean. Remove relief plug and grease. (Ball bearing type). Check controller overload settings and operations. Check damping motor, speed regulator (pilot generator). Examine brushes and lubricate commutator bearings. Examine guide rails, clips, bolts and brackets. Check for rust. 7. Safety Inspection/Testing This contract includes performance of periodic inspections and tests required by the safety code for elevators, dumbwaiters, wheelchair lifts and cart lifts. Tests shall be conducted at intervals not longer than six (6) months and shall include monthly, quarterly, semi-annual, annual and five-year tests of electric elevators, hydraulic elevators, and dumbwaiters. The Resident Technicians shall be equipped with the necessary tools, data tags, materials, and any additional human resources (Repair Team) to conduct the tests in an efficient manner. The contractor shall be present during inspections and shall be notified at least two weeks in advance of scheduled test dates by the COR or by the Elevator Inspector. Journeyman Elevator Mechanic (Non-resident mechanic and helper) will operate elevator during inspection, complete safety code (ASME A17.1-2004) testing under the direction of the contract elevator inspector, and complete routine and periodic testing called for in the inspection contract under the direction of the Inspection Contractor. The full service maintenance elevator contractor shall provide metal weights for five-year safety and load tests. Should a difference of opinion arise between the elevator maintenance contractor and the elevator inspection contractor regarding the need for service, repair, replacement of machinery and parts maintained under the terms and provisions of this statement of work, the written report of inspection submitted by the elevator inspection contractor shall govern. The contractor shall be required to submit a plan of correction to the Contracting Officer no later than 10 calendar days after receipt of an inspection report. All required repairs resulting from the inspection shall be completed within 30 calendar days after receipt of the inspection report. The following services shall be performed by the contractor in intervals specified in the American National Safety Standard Code for Elevator and Dumbwaiters Manual. The Contractor shall supply all equipment necessary for all tests. Tests include, but are not limited to, the following: Car safety and rated load Buffer acceptance test Load and speed test Plunger return test Emergency light, telephone 8. Parts/Equipment The contractor shall furnish only new standard or exchanged replacement parts which shall be of like technology and appropriate for use in a medical facility and meet the original equipment manufacturer specifications with non-proprietary parts. Replacement parts incorporated into repair become the property of the Government. Replaced parts are to be disposed of by the contractor after obtaining approval from the COR. Parts replaced shall be itemized as monthly no-charge items on the contractor s invoice and shall be identified by part number listed on the manufacturer s schematics or parts list. The contractor shall provide related surplus parts equipment for each site. The following parts inventory reflects the minimum levels required to be maintained and available on site: LUBRICANTS/SOLVENTS Adequate supply of all types of gear oils, greases, light oils, specialty lubricants, and other lubricants as needed to maintain the equipment in top condition without delay. A minimum of thirty (30) gallons of hydraulic fluid for use in the facilities oil hydraulic units. Adequate supply of all needed cleaning solvents and spray solvents to maintain the equipment in optimum operating condition. COMMERCIAL PARTS/EQUIPMENT FUSES: A minimum of ten (10) of each type of fuse used on the solid state and relay logic controls, motion controllers, door operators, and other elevator equipment. BELTS: A minimum of two (2) of each type of door operator and pump unit belts used on the facilities elevators. HARDWARE: An adequate supply of miscellaneous nuts, bolts, and other small hardware to maintain the elevators without delay. SIGNAL LAMPS: An adequate supply of signal lamps of each type used by the facilities elevators. An adequate supply of generators and hoist motor brushes for each type of equipment located on the facility. DOOR RELATED PARTS HANGERS/ROLLERS: A minimum of four (4) of each type of door hanger roller assemblies used on the facilities equipment, including all parts associate with new door package such as clutch assembly DOOR LOCK CONTACTS: A minimum of two (2) contact kits for both G.A.L. and MAC (MOLINE) door lock contact kits, include all components for the Renova/AMD door package. GATE SWITCH CONTACTS: A minimum of four (4) set of each type of gate switch contacts used on the facilities elevators. Door Lock switch contacts minimum of 4 sets for new Renova door package. A spool of 1/8 cable for repair of door relating assemblies. PICK UP ROLLERS: A minimum of twelve (12) of each type of pick up roller used on the facilities elevators. (Including all parts for the Renova new door package 12 each.) Gibs: An adequate supply of each size of door gib to maintain the facilities elevators. One (1) spare MAC 104 door control board complete. An adequate supply of solid -state door control boards and components as needed to maintain the facilities elevators. Spirators: A minimum of three (3) spring- loaded door spirators. HOISTWAY EQUIPMENT: An adequate supply of magnetic and optical leveling inductors and switches needed to maintain the elevators, Including magnets and door zone also the leveling sensors. SIGNAL FIXTURE EQUIPMENT An adequate supply of pushbuttons, stop switches, contacts, contact blocks, and other components for each type of pushbutton used by the facilities elevators. A resonable supply of hall lantern and passing gongs for the various types of signal fixtures. One (1) spare telephone, including the 30 volt solid state/ digital PI boards. CONTROL EQUIPMENT An adequate supply of the following control parts for each type of control located on the facility: Contacts, contact arms, relay coils, residual shields, shunts, and other components associated with mechanical relays, including all fuses, tracs diodes and resistors to repair new drive equipment such as Magnetek A/C diodes and D/C diodes. Control resistors. Control timers and capacitors (both mechanical and solid state). Plastic encapsulated relays and reverse phase relays. Tachometer/parts, Including encoders and speed sensors and solid state control boards. The method of contractor selection has not been determined at this time.

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
42
Active Projects
18
Bidding Soon
429
All Active Projects
210
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

January 25, 2023

img_map_placeholder

6900 N Pecos Rd, North Las Vegas, NV


The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.