Vermont Bids > Bid Detail

J036--White River Junction Elevator Maintenance

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159429196113055
Posted Date: Oct 3, 2023
Due Date: Oct 17, 2023
Source: https://sam.gov/opp/0c67562061...
Follow
J036--White River Junction Elevator Maintenance
Active
Contract Opportunity
Notice ID
36C24123Q1105
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: Oct 03, 2023 02:04 pm EDT
  • Original Date Offers Due: Oct 17, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 16, 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:
    White River Junction VAMC White River Junction , VT 05001
    USA
Description

Combined Synopsis Solicitation White River Junction 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 36C24123Q1105 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 White River Junction 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 White River Junction 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 10, October 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 13 October 2023 at 12:00 PM 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 17 October 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: October 10, 2023
White River Junction VAMC
215 North Main Street
White River Junction, VT 05009
POC: Brandon Hatch

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.
Estimated Period of Performance:
Base Year - 11/1/23 10/31/24
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.
Estimated Period of Performance:
OY1 - 11/1/24 10/31/25
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.
Estimated Period of Performance:
OY2 - 11/1/25 10/31/26
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.
Estimated Period of Performance:
OY3 - 11/1/26 10/31/27
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.
Estimated Period of Performance:
OY4 - 11/1/27 10/31/28
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
Total

*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
DEPARTMENT OF VETERANS AFFAIRS
PERFORMANCE WORK STATEMENT

Elevator Maintenance and Repair VAMC WRJ
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 White River Junction VAMC; 215 North Main Street, White River Junction, VT 05009
3.0 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, White River Junction, VT 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.
2. Work under this contract shall include the following items:
a) Scheduled preventative maintenance. The Contractor shall provide a full preventative maintenance program for all vertical transport systems, including weekly inspections.
b) Mobilize service for operational problems not resolved as part of the preventative maintenance program during normal working hours from 7:00am-4:30pm.
c) Mobilize 24 hour, 7 days a week emergency call back service as needed.
d) Periodic testing.
e) Corrective service identified during inspections and preventative maintenance.
f) 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.
g) 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.
4.0 EQUIPMENT LIST See Appendix A
5.0 PERFORMANCE REQUIREMENTS
1. 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 3 hours after the service call has been made unless otherwise agreed by the VA COR.
2. All travel cost associated with this contract shall be included in the contract cost. Additional cost will not be provided for any work.
3. 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.
4. All tools shall be always kept in the contractor s eye contact. 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.
5. 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 always keep the elevators in the best possible running order.
6. 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.

7. 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.
8. The contractor shall have on hand a supply of spare parts sufficient for expedited repairs of the vertical transport systems.
9. 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.
10. The elevator maintenance contractor shall be present and assist during the semi-annual inspections and 5-year tests of the elevators. The VA will be responsible for the third-party Contractor inspector.
11. 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.
12. Contractor is responsible for replacement of all light bulbs, including lights in elevators shaft on top and bottom of cars, hoist way crawl spaces, and elevator machine room. LED lighting will be used if possible.
13. 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.
14. 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.
15. 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.
16. 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.
17. 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:
a) ASME A17.1, 17.2, 17.3, and 17.4
b) NEIT Vertical Transportation Standards for Elevators, Escalators, and Dumbwaiters, latest edition.
c) NFPA: 70, 70E, 72, 99 and 101
d) National Electric Code (NEC), latest edition
e) Manufacturer s requirement and specification on inspection, maintenance and operation of each equipment/system model.
18. Upon arriving at the Medical Center, the Contractor (Elevator Technician) shall sign in at building 37 (FMS Building) 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 for designated onsite mechanics.
19. During WHEN hours the contractor shall check in with Administrative Officer on Duty (AOD) to assist in escorting them to the area requiring service.
20. 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.
21. 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.
22. The VA has the right to refuse any employee based on past performance/experience.
23. All work shall be performed in a manner which would present the least amount of distribution to the healthcare facility.
24. The Contractor shall ensure that the equipment operating criteria is always maintained for each piece of equipment:
a) Maximum capacity in pounds
b) Rated speed in feet per minute
c) Performance time measured brake to brake
d) Door operation
e) Traffic handling capabilities
f) Response times
g) Ride quality
h) Communication devices including telephone and intercom.
i) Lighting for hoist way, pit, car top, cabs, and emergency lighting.
25. The Contractor shall accept the Medical Center vertical transport equipment As is .
6.0 PREVENTATIVE MAINTENANCE AND INSPECTIONS (PMI)
1. PMIs shall be performed weekly on all Elevators. Building 31 Elevators will be under construction for a duration of this Service Contract. Following completion of Construction, Bldg. 31 Elevators must be included in all PMI s. Bldg. 31 Elevator PMI s must follow O&M s from installation while the equipment is under Warranty. This is to prevent voiding the Construction Warranty.
2. The Contractor shall provide maintenance as noted in Appendix A. A minimum of 8 hours of preventative maintenance also known as (PMI s) on site will be performed each week. PMIs shall be done above and beyond the equipment repair hours weekly.
3. PMIs shall be performed during normal business hours consistently on the same day each week, unless approved and scheduled in advance otherwise by the COR.
7.0 REPAIRS/ADJUSTMENTS/INSTALLATION:
1. The contractor shall be responsible to make all repairs and adjustments necessary. Repairs are defined as unscheduled work required to prevent a breakdown or malfunction of an item of equipment, to put a system or a subsystem back in service after a breakdown or malfunction or installation of new equipment as needed.
2. The contractor shall provide all replacement or repair parts, where such parts have a purchase value to the Government (excluding installation labor) of $200.00 or less. Labor to install all parts and to perform repairs, except for 3rd party damage, shall be included in the monthly maintenance costs but parts greater than $200.00 will be invoiced through a separate CLIN for Parts. Repairs with parts greater than $200.00 shall be approved by the COR prior to commencement of work. All other repairs shall be approved by the COR prior to commencement of work. The quantities included in the contract for repairs are estimated based on historical data and may be modified based on actual repairs required during the contract period of performance. Any changes will be incorporated by the Contracting Officer through a modification to the contract
8.0 SUMMARY OF CONTRACT DELIVERABLES
1. 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 in breach of its contract:
a) Three (3) 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.
b) 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 unless it is beneficial to the contractor to perform maintenance on said holiday due to the light use on these days.
c) Provide a list of service technicians that may be dispatched to the Manchester White River Junction VA. All technicians dispatched for service shall be licensed. All technicians shall have a minimum of OSHA-10 certification.
d) ESR shall be completed and forwarded electronically to the COR for record:
i. Reports shall include name and contact information of technician.
ii. date and time of work performed,
iii. duration of service call,
iv. description of service call
e) 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.
9.0 CONTRACTING OFFICERS REPRESENTATIVE (COR)
1. 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.
2. If the contractor ever cannot meet the requirements of this contract, the CO shall be notified immediately for direction on how to proceed.
10.0 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 licensure, OSHA 10
Certification

Weekly on all 18 units.
Three 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

Customers complain COR random review

Customer Complain Periodic Surveillance
Appendix A
Electric Elevators
Weekly/Monthly Maintenance:
Hostway & 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 saw 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
Hostway & Car Top
Clean and tighten all belts, brackets and fastenings in hoist way.
Clean and lube all hoist way switches.
Clean and check contacts and actuators.
Clean and lubricate hoist way 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 hoist way.
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.
B. 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, hoist way vanes, magnets and inductors. Hostway 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 always painted and presentable.
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.
Hostway
Inspect, clean and adjust guide rails, cams and fastenings of counterweights.
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 required.
Hall
Inspect hall button contacts, springs, and wiring.
Clean and lubricate.
C. 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 hoist way, 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, hoist way 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.
Hostway doors, car gates, and associated equipment are maintained continuously.
Inspect and repair or renew traveling cables.
Listed above are recommendations/ Minimum requirements. Local and State laws/rules supersede as always.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 03, 2023 02:04 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 >