Z1NZ--10/01/2024 | 436 Elevator Preventative Maintenance
ID: 36C25924Q0785Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OTHER UTILITIES (Z1NZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking quotes for Elevator Preventative Maintenance services at the Fort Harrison and Miles City VA Medical Centers in Montana, with the contract set to commence on October 1, 2024. The procurement includes a base year and four option years, requiring the contractor to perform monthly preventive maintenance, emergency repairs, and ensure compliance with safety regulations for the elevators at both facilities. This contract is crucial for maintaining operational elevators, which are essential for facility access and safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 19, 2024, and direct inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov or by phone at 303-712-5725.

    Point(s) of Contact
    Jason LawrenceContract Specialist
    (303) 712-5725
    jason.lawrence3@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice issued by the Department of Veterans Affairs, seeking quotes for Elevator Preventative Maintenance services at the Montana VA Health Care System. The solicitation (36C25924Q0785) is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines a requirement for maintenance and emergency repair services over a base year and four option years, starting from October 1, 2024. The contract covers two locations: Fort Harrison and Miles City, Montana, detailing specific hours for preventative maintenance and emergency repairs per site. Interested parties are required to submit comprehensive quotations, including relevant past performance evaluations, technical capabilities, and a price schedule. The Government will evaluate offers based on price and non-price factors, with a focus on delivering value to the agency. The due date for submissions is September 19, 2024, and all inquiries must be directed to the Contract Specialist. The solicitation emphasizes that failure to meet compliance requirements may result in disqualification from the bidding process.
    The document details an amendment to the Combined Solicitation for the 436 Elevator Preventative Maintenance contract under the Department of Veterans Affairs (VA). The solicitation, numbered 36C25924Q0785, seeks bids for preventative maintenance and emergency repair services related to elevators at facilities in Montana, specifically Fort Harrison and Miles City. The response deadline is set for September 19, 2024, with a designated contracting office in Greenwood Village, Colorado. Key information includes questions and answers regarding the current service provider, the availability of service logs, and specifications for scheduled maintenance. The incumbent is Elevated Technologies, Inc., and there have been recorded service failures averaging two per month. The contract encompasses a base year and four option years, detailing pricing structures for monthly maintenance and emergency service hours. The responses clarify that the awardee will be responsible for reviewing existing conditions noted in the Performance Work Statement and that invoicing will be based on actual service hours. This solicitation underscores the VA's commitment to maintaining operational elevators essential for facility access while promoting competitive bidding through a Service-Disabled Veteran-Owned Small Business set-aside.
    The Department of Veterans Affairs (VA) at the Montana VA Health Care System requires a contractor for preventive maintenance and repair services on vertical transportation equipment (VTE), specifically elevators, at the Fort Harrison and Miles City VA Medical Centers. This contract spans a base year with four option years. The contractor must fulfill various responsibilities, including monthly preventive maintenance, emergency repairs, compliance with safety codes and regulations, and assisting third-party inspections. Key elements include maintaining safety mechanisms, ensuring operational effectiveness of elevator systems, performing regular cleaning of hoist ways, and managing callbacks for emergency services 24/7. A comprehensive quality assurance surveillance plan (QASP) outlines inspection methodologies to monitor contractor performance, including random monitoring and customer feedback. The contractor is also responsible for providing all required tools, equipment, and parts to guarantee the elevators are safe and functional. This document clearly sets forth the expectations and performance metrics necessary for the contract, reflecting the VA's commitment to maintaining high standards of service for its facilities.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," which mandates compliance with specific subcontracting limitations for contractors awarded VA contracts. Under 38 U.S.C. 8127, contractors must certify adherence to limits based on their contract's NAICS code: for services, no more than 50% of government payments can go to non-certified firms; for general construction, the limit is 85%; and for special trade construction, it's 75%. Costs of materials are excluded from these calculations. Contractors must also acknowledge potential legal consequences for false certifications and agree to provide documentation of compliance upon request. Failure to comply with these requirements can lead to penalties, including debarment or prosecution. The certification must be submitted with proposals, and offers lacking this certification will be deemed ineligible. This framework emphasizes the importance of supporting veteran-owned enterprises in federal contracting while ensuring compliance oversight in the contracting process.
    The U.S. Department of Labor's Wage Determination No. 2015-5399 outlines wage rates and requirements under the Service Contract Act for various occupations in Montana. Effective for contracts awarded on or after January 30, 2022, the minimum wage is $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless specified otherwise. The document provides detailed wage rates for a range of occupations, including administrative support, automotive services, healthcare, and technical roles. Additionally, it emphasizes contractor responsibilities for paid sick leave, health and welfare benefits, and vacation time in compliance with federal regulations. The document also describes a conformance process for classifications not listed in the wage determination, ensuring all workers receive appropriate compensation according to their job roles. This wage determination serves as a critical guide for compliance in federal contracts, addressing worker rights and compensation standards, essential for contractors participating in federal grants and RFPs, promoting fair wages across the workforce.
    The document outlines the Wage Determination No. 2015-5395 under the U.S. Department of Labor's Service Contract Act, specifically applicable to Montana counties. Key points include compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates of $17.20 and $12.90 respectively, depending on contract status. The wage determination includes detailed occupational codes with corresponding wage rates across various job categories, emphasizing the requirements for fringe benefits and adherence to safety standards. Contractors must ensure that employees are compensated according to these rates, including stipulations for vacation, paid sick leave, and health and welfare provisions. Additionally, the document covers procedures for classifying additional employee roles not explicitly listed, ensuring fair pay in line with the Service Contract Act. This wage determination is crucial for maintaining standards in federal contracts, ensuring workers receive fair compensation and benefits based on classification and work performed.
    The document lists various types of equipment located at Fort Harrison and Miles City Veterans Affairs Medical Centers (VAMC) as part of a federal request for proposals (RFPs) related to maintenance or upgrades of medical facilities. It details the equipment's manufacturer, model, serial number, type, and location within specific buildings. At Fort Harrison VAMC, notable entries include ThyssenKrupp passenger and freight elevators, alongside equipment from Kimball and Kone. Meanwhile, Miles City VAMC features Otis passenger and service elevators. The listing encompasses various configurations, including gearless traction, hydraulic systems, and machine roomless designs across several buildings, indicating the scale of infrastructure involved. This inventory will likely facilitate bidding for operators or maintenance vendors by providing comprehensive equipment specifications necessary for proposals. The document underscores the importance of evaluating existing systems to enhance operational efficiency and safety in federally-supported medical facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2DA | 436-20-118 | Ft. Harrison VAMC | Solicitation Amendment 0001 | Building 141 Exterior Stair Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of exterior stairs at the Fort Harrison VA Medical Center in Montana, specifically for Building 141. The project involves demolishing existing stair structures and constructing new concrete stairs with integrated heating systems, while preserving historical elements and ensuring compliance with infection control protocols. This renovation is crucial for enhancing accessibility and safety at the facility, with an estimated budget between $500,000 and $1 million. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.
    J036--Amendment #2: Answer Additional Question
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator preventative maintenance and inspections at the Chillicothe VA Medical Center in Ohio. The procurement aims to ensure compliance with safety standards and maintain operational efficiency of the facility's elevator systems, which is critical for the movement of patients and staff. The total contract value is $275,085.55, covering a base year and four additional option years, with responses due by September 19, 2024, at 15:00 Eastern Time. Interested parties can contact Contract Specialist Margaret K. Swetel at Margaret.Swetel@va.gov for further information.
    Z2DA--Montana VA Surgical Suite Floor Renovation Project: 436-24-121
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Surgical Suite Floor Renovation project at the Montana VA Health Care System, specifically to replace the flooring in the surgical suite located on the second floor. The project involves removing approximately 4,000 square feet of existing vinyl sheet flooring and installing a new VA-approved high build glazed epoxy coating to enhance infection control and safety standards. This renovation is crucial for maintaining a sterile environment in healthcare facilities, ensuring compliance with regulatory guidelines. The estimated project cost ranges between $500,000 and $1,000,000, with proposals due by September 23, 2024, and a non-mandatory pre-bid site visit scheduled for August 29, 2024. Interested contractors should contact Contract Specialist Jesus A. Villegas at jesus.villega@va.gov or 303-712-5833 for further details.
    6515--Patient Ceiling Lifts - Bedford VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of patient ceiling lifts for the Bedford VA Medical Center, specifically under solicitation number 36C24124Q0564. The project requires the installation of ceiling lifts that operate on a continuous track within individual rooms, supporting a minimum weight capacity of 600 pounds, and includes provisions for staff training and compliance with health standards. This procurement is crucial for enhancing patient care facilities and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with responses due by September 23, 2024, at 12:00 PM Eastern Time. Interested vendors can direct inquiries to Contract Specialist Kurt Fritz at kurt.fritz@va.gov or by phone at 203-932-5711.
    Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for ensuring the safe and continuous operation of various types of VTE, including elevators and lifts, by providing all necessary personnel, equipment, and supervision in compliance with established safety standards and regulations. This procurement is critical as these services are designated as a Mission Essential Function, underscoring their importance for operational efficiency at military installations. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    J041--586-Medical Air/Vacuum-Repair/Maintenance/Inspection Services for the G.V. Sonny Montgomery VA Medical Center, Jackson MS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Medical Air/Vacuum Repair, Maintenance, and Inspection Services for the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The primary objective of this procurement is to ensure compliance with regulatory standards through necessary inspections, repairs, and preventive maintenance of the facility's medical air and vacuum systems. This contract is crucial for maintaining high standards in patient care by ensuring the reliability of essential medical systems within the facility. Interested bidders must submit their proposals by September 20, 2024, at 3 PM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information. The total award amount for this contract is projected to be $12.5 million, with a base year and four optional extensions.
    6515--564-25-1-082-0001 Patient Lifts, Station 564. VHSO Fayetteville AR (VA-24-00051228)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of patient lifts at the Veterans Healthcare System in Fayetteville, Arkansas, under solicitation number 36C25624Q1378. The project requires contractors to provide all necessary labor, materials, and resources to install ceiling lifts that meet stringent safety and operational standards, enhancing patient care and safety within the facility. This procurement falls under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside category, emphasizing the VA's commitment to engaging small businesses in federal contracting opportunities. Interested bidders must submit their proposals by September 18, 2024, at 16:00 CST, and can direct inquiries to Contract Officer Ricky Weaver at ricky.weaver2@va.gov or by phone at 601-951-3715.
    Z1DA--578-15-001 Install Patient Lifts Multiple Locations (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a firm-fixed-price federal contract, titled Z1DA--578-15-001, to procure and install patient lifts across multiple locations at the Edward Hines Jr. VA Hospital in Illinois. With a project value between $2 million and $5 million, the contract aims to enhance patient safety and improve healthcare operations by adding ceiling-mounted lifts in various wards. The project's complexity lies in its coordination with an active medical environment, requiring careful scheduling and adherence to strict infection control protocols. The VA seeks bids from experienced Service-Disabled Veteran-Owned Small Businesses, emphasizing safety and timely project completion. The bid deadline is 07/09/2024, with a projected contract start date within 470 days of award notification. This summary encapsulates the key details of the opportunity, providing a concise overview for potential bidders. Let me know if you would like any specific information regarding the files associated with this opportunity.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Mobile MRI Services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement, valued at approximately $19 million, is set as a total small business set-aside specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a one-year base period with an option for an additional year. The contractor will be responsible for providing all necessary management, labor, equipment, and supplies, ensuring compliance with stringent safety and quality standards, including maintaining a minimum 95% operational uptime of the MRI equipment. Interested parties must submit their proposals by September 30, 2024, at 11:00 AM Central Time, and can contact Carrie A. Deswarte at carrie.deswarte@va.gov for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.