Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SOURCES SOUGHT

J -- Elevator Inspection and Maintenance Services

Notice Date
6/9/2025 11:39:48 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0546
 
Response Due
6/13/2025 9:00:00 AM
 
Archive Date
08/12/2025
 
Point of Contact
Issa Shawki, Contracting Officer, Phone: 774-826-3192
 
E-Mail Address
issa.shawki@va.gov
(issa.shawki@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced later, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238290, (Other Building Equipment Contractors). The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Elevator inspection and maintenance services at multiple Veteran Affairs Medical Centers� per the Performance Work Statement (PWS) attached (Attachment 2). This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by June 13th, 2025 at 12:00 PM EST. All responses under this Sources Sought Notice must be emailed to issa.shawki@va.gov with RFI # 36C24125Q0546 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Performance Work Statement (PWS) Elevator Inspection and Maintenance Services GENERAL INTENTION AND REQUIREMENTS This Performance Work Statement (PWS) is to obtain maintenance and repair services, safety inspections and testing for Vertical Transportation Equipment (VTE), referred to as elevators. The Contractor shall provide management, supervision, labor, parts, material, tools, incidental engineering services, and transportation necessary to perform maintenance, repair, inspection, testing, and component replacement to keep the vertical transportation equipment operating as originally specified by the equipment manufacturer and/or as modified when a deviation is required. Modifications to perform deviations require written consent of the Government s Contracting Officers Representative (COR) or COR designee. The Contractor, without additional expense to the Government, shall obtain all licenses, permits, and insurance required to perform the work in this Contract. Contractor shall comply with all applicable federal, state, and local laws. Evidence of insurance, licenses, and permits shall be provided to the Contracting Officer and COR before work commences. Work for this contract is required at the following Veteran Affairs Medical Centers: Brockton Division; 940 Belmont Street, Brockton, MA 02301 West Roxbury Division; 1400 VFW Parkway, West Roxbury, MA 02132 Jamaica Plain Division; 150 South Huntington Avenue, Jamaica Plain, MA 02130 Providence Division; 830 Chalkstone Ave, Providence, RI 02908 Northampton Division; 421 N. Main Street, Leeds, MA 01053 Bedford Division; 200 Springs Road, Bedford, MA 01730 Period of performance: Five years For this contract, the standard operating hours or duty hours are the hours between 6:00 AM to 4:30 PM Monday through Friday, except Federal Holidays, or 40 working hours per week. The Government does not stipulate the number of personnel required complete work defined in this statement of work. The Contractor shall provide 24 hour/7 day a week service for callback response. For further detail into callbacks refer to section 2.3. The Contractor shall be responsible for all costs associated with accomplishing repairs and replacements including labor, equipment, and supplies for all equipment and systems. CODES and STANDARDS Publications listed below form a part of this Contract. Elevators shall meet the requirements of current code editions published, all manufacturer guidelines, Veteran s Affairs (VA) memorandums, and industry standards, as applicable, and in the case of conflicting standards the most stringent shall apply. Elevator Industry Field Employees Safety Handbook International Building Code (IBC) American Society of Mechanical Engineers (ASME): A17.1--Safety Code for Elevators and Escalators A17.2--Inspectors Manual for Electric Elevators and Escalators A17.3--Safety Code for Existing Elevators and Escalators A17.5--Elevator and Escalator Electrical Equipment A17.6--Standard for Elevator Suspension, Compensation, and Governors A17.7--Performance-Based Safety Code for Elevators and Escalators A18.1--Safety Standard for Platform Lifts and Stairway Chairlifts QEI-1--Standard for the Qualification of Elevator Inspectors National Fire Protection Association (NFPA): NFPA 13--Standard for the Installation of Sprinkler Systems NFPA 70--National Electrical Code (NEC) NFPA 70E Electrical Safety In The Workplace NFPA 72--National Fire Alarm and Signaling Code NFPA 101-Life Safety Code NFPA 252-Fire Test of Door Assemblies DEFINITIONS/ACRONYMS ANSI American National Standards Institute ASME American Society of Mechanical Engineers CONTRACTOR General Contractor, Elevator Contractor, and Subcontractors CO Contracting Officer COR Contracting Officer s Representative ELEVATOR MECHANIC/TECHNICIAN See Section 1.7 Paragraph C. FAR Federal Acquisition Regulation HEPA High Efficiency Particulate Air filter LEADS Law Enforcement Agency Data System MCP Maintenance Control Program provided by Contractor MSDS Material Safety Data Sheet provided by Contractor NAESA National Association of Elevator Safety Authorities NEC National Electric Code NFPA National Fire Protection Association NTP Notice to Proceed OSHA Occupational Safety and Health Administration PO Purchase Order issued by the CO/COR PPE Personal Protective Equipment QASP Quality Assurance Surveillance Program provided by Contracting Officer QCP Quality Control program provided by Contractor QEI-1 Qualified Elevator Inspector certified by ANSI/ASME VA United States Department of Veterans Affairs VTE Vertical Transportation Equipment Passenger Elevator, Service Elevator, Freight Elevator, Cart lift, Dumbwaiter, Platform Lift, and Dock Leveler, Referred to in text as elevators. PWS Performance Work Statement EXCLUSIONS Equipment, components, and parts not installed under this Contract shall not be removed, replaced, or deficiencies corrected while still under the manufacturer s or installer s warranty, without prior approval of the COR. Installation of new attachments recommended or required by inspectors, insurance agencies or VA/Government Authorities. Replacement of underground hydraulic piping or hydraulic cylinder. Cleaning, refinishing, repair, and replacement of cab enclosures, hoist way enclosures, door frames, exposed sills, and cab flooring. Repair or replacement of elevator pit sump pumps, machine room and hoist way light fixtures, heat/ventilation/air conditioning systems (HVAC), fire/smoke/heat alarm systems and sprinkler systems. The Contractor shall operate elevators as needed to provide access for service, repair, and/or replacement of these excluded elevator aspects at no additional cost to the Government. Power supplies from the elevator controller to its source. Communication lines from the elevator controller to its source. The CO/COR must approve, in advance, all repairs not covered under this Contract. The Contractor shall prepare an estimate of parts, labor, transportation, and shipping costs for review prior to performing the repairs. If approved, CO/COR shall issue a Modification (MOD) in advance of undertaking such work. No invoice will be paid without prior approval and specific MOD issued in advance of work. There shall be no borrowing of parts (i.e., removing a part from one elevator unit, whether in it is in service or not, to correct a deficiency on another elevator unit) except in an emergency (i.e., entrapment) or with written consent from the COR. GOVERNMENT FURNISHED PROPERTY, MATERIALS, and SERVICES The Government will not provide office space or operational facilities to the Contractor. The Contractor shall secure and maintain the necessary office space and other facilities required for performance of this Contract at his/her own expense. The Government will not provide tools or equipment to the Contractor. The Contractor shall furnish all tools required for the performance of this Contract. The Government will not provide any materials to the Contractor. The Government will furnish the following services at existing outlets, for use in those facilities provided by the Government and as required for the work to be performed under this Contract: electricity, fresh water, sewage service, and non-hazardous refuse collection (from existing collection points). Disposal of equipment and construction debris is the responsibility of the Contractor. Oil removed from hydraulic units shall be collected and disposed accordingly with State regulations. Disposal costs will be no additional cost to the Government. CONTRACTOR REQUIREMENTS The Contractor is currently engaged in maintenance, repair, inspection, and testing of vertical transportation equipment. The Contractor shall have a minimum of five (5) years within the last seven (7) years of successful experience maintaining elevator equipment identical or similar to the vertical transportation equipment listed in this Contract. Offerors shall submit references for the five (5) years of experience including names, addresses, and telephone numbers of specific companies and key personnel to contacting office. The Contractor shall provide a Contract Manager who shall be responsible for performance of the contract work. Name of the Contract manager and an alternate shall be designated in writing to the CO/COR prior to contract start date. Changes to personnel shall be submitted to the Government within five (5) work days of the changes. The Contract Manager or alternate shall have full authority to act on contract matters relating to daily operation of the Contract. The Contract Manager or alternate shall be available to speak/meet with the CO or COR, within 24 hours of request during normal operating hours and or within the next business day. Offerors shall show evidence of their reliability, ability and experience by furnishing: Elevator Lead Technician Resume, Training Certifications, and Massachusetts Licenses; A list of personnel who will perform under the contract, showing the length and type of experience of personnel who will service the facility and proof of enrollment/certification in the National Elevator Industry Educational Program (NEIEP) and membership in the International Union of Elevator Constructors (IUEC). Alternately, certificate of completion from an approved apprentice program (NEIEP, CET, or CAT). The selection, assignment, and management of Contractor s employees is the responsibility of the Contractor. The Contactor shall not employ any individual identified as a potential threat to the health, safety, security, and general wellbeing, or operation of the VA BHS facilities or personnel. The Contractor is fully responsible for performance and conduct of his/her employees. The Contractor shall not allow any employee to perform work under this Contract while under the influence of alcohol, drugs, or any other incapacitating agent. Contractor service, repair, and replacement staff shall be Journeymen experience along with all all-other referenced training, certification, an experience within paragraph 1.6. Staffing information shall be submitted as referenced in section 1.6.C(2) and updated at least annually or whenever changes are made to the operations staff. Staff below journeymen experience shall be supervised by those identified in the submitted staffing list and any and all certifications shall be submitted. BACKGROUND CHECKS and IDENTIFICATION BADGES Contractor and Subcontractor personnel working on VA BHS facilities must consent to Background Checks or shall be denied access to the VA BHS facilities. Information required to conduct a Background Check includes full name, driver s license number and/or social security number, date of birth, and completion of a background check questionnaire. Contractors shall ensure their employees and those of their Subcontractors have the proper credentials allowing them to work in the United States. The Contractor shall not be entitled to any compensation for delay or expenses associated with this requirement and are not excused from proceeding with the Contract. Department of Veterans Affairs regulations requires Contractor employees to have a VA BHS issued Identification Badge and wear it at all times while at VA BHS facilities. ID badges shall be issued by the VA BHS security office under its rules for issuance. When an employee leaves the Contractor s employment, or the Contract is terminated, the employee s badge shall be returned to COR within 3 working days. EMERGENCY TELEPHONE NUMBERS The Contractor shall provide the CO/COR with pertinent emergency telephone numbers to summon assistance in the event of an emergency. At least one of the emergency telephone numbers, and one alternate telephone number, shall be manned twenty-four (24) hours per day, 365 days per year. This information shall be provided in writing to the CO/COR. MAINTENANCE SERVICES EXISTING DEFFICIENCIES Immediately after contract award and no later than 30-days thereafter, the Contractor and the Government shall conduct a thorough inspection of elevators (as detailed in Equipment List) and develop a list of existing deficiencies and required corrective actions. Any work listed on this survey will NOT be the responsibility of the Contractor under the terms of this Contract. The Government will work with the Contractor on developing a cost proposal and plan for making identified corrections/repairs and the Government will pay for the corrective action work under a separate Purchase Order/Task Order. Items to be included in the deficiency list are; replacement or repair of elevator related equipment, parts and appurtenances located downstream of the service connections. This includes elevator related mechanical, electrical and control systems located in the machine room, hoist way, cab or lobby down to the lowest component including, but not limited to, signal system devices and fixtures, signal devices including hall buttons, hall lanterns, operating panels, intercommunication system, telephones, position indicators, dials, bells, buzzers, gongs, and light bulbs, buttons, button light, chimes, audio annunciators, key switches, traveling cables, data cables and electrical cables. If a deficiency is not identified in the inspection and 45-days have passed since award of the Contract, the deficiency shall be covered under this Contract. Once the deficiencies identified in section 2.1, Existing Deficiencies, Section A have been corrected, any future service, maintenance or replacement required for these same items will be covered under this Contract. MAINTENANCE SERVICE PROVISIONS The Contractor shall provide complete maintenance service, safety inspections, and tests on every elevator at the VA BHS site locations (3 sites in total) see attached Equipment List)) for the period required under the contract. Maintenance work shall be performed by NEIEP trained, IUEC technicians only. The Contractor shall have in his possession throughout the term of the Contract all diagnostic equipment necessary to fully maintain, test, repair, adjust or reprogram elevator systems. Contractor shall maintain a complete set of current and legible schematic wiring diagrams in each elevator machine room for each elevator. If any of the required schematic wiring diagrams are not available at the time of Contract award it shall be the responsibility of the Government (VA BHS Engineering) to provide and available reference material available at no cost to the Contractor. Wiring diagrams shall be modified to reflect any changes made by the Contractor after receiving written approval by the CO/COR to make the changes. Modifications made to controls shall be dated and recorded on the government wiring diagrams. The wiring diagrams will remain property of the Government. Contractor shall not make any alteration or additions to the equipment without prior written approval from the CO/COR. Contractor shall provide tools, equipment, specialty items and other items that may be necessary to perform tasks required under this Contract. Parts not available from the manufacturer due to obsolescence remain the Contractor s responsibility to replace from another source. Contractor shall provide lubricants, fluids, fasteners, cleaning supplies, paints (low VOC only), and other supplies necessary to perform services required in this Contract. Lubricants shall be only those products recommended by the equipment manufacturer or equal. Contractor shall maintain specified equipment in like-new condition and good working order in accordance with best possible industry standards by examining, adjusting, lubricating as required, and if conditions warrant, clean, and repair or replace components of the equipment as follows: Machines, worm gear, thrust bearing, drive sheave, shaft bearings, brake assembly and brake coil, contacts, linings and component parts. Motor and motor generator, motor windings, rotating elements, commutators, brushes, brush holders, and bearings. Silicon control rectifiers, reactors, filters, heat sinks, amp traps, transducers and all control components. Controller, selector and dispatching equipment, relays, solid state components, resistors, condensers, transformers, contacts, leads, dash pots, timing devices, computer and microprocessor devices, steel selector cable or tape, and mechanical and electrical driving equipment. Governors, governor sheaves and shaft assemblies, bearings, contacts and governor jaws. Deflector or secondary sheaves, sheave bearings, car and counterweight guide rails, top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly, counterweight and counterweight guide shoes including rollers or gibs. Equalize tension, shorten or replace hoisting ropes and governor ropes where necessary to maintain the safety factor required by code. Hostway door interlocks, rollers and hangers, bottom door guides and door closing devices. Automatic power-operated door operator, car door hanger, car door contact, door protective device, load weighing equipment, car frame, car safety mechanism, platform, wood platform flooring, elevator car guide shoes, gibsor rollers, ceiling fan/blower and grill. Signal system devices and fixtures, signal devices including hall buttons, hall lanterns, operating panels, intercommunication system, telephones, position indicators, dials, bells, buzzers, gongs, and light bulbs, buttons, button light, chimes, audio annunciators, key switches, traveling cables, data cables and electrical cables. General and Emergency lighting within the cab, above the cab or in the hoist way including; bulbs, fixtures, batteries, trickle charger and related wiring and components. Elevator operating devices for fire emergency operation and emergency power operation. Re-calibrate and reset load weighing devices after annual and five-year safety tests and as needed between tests. Replace conductor cables and hoist way and elevator machine room wiring. Ensure lubricants meet the specific manufacturer s requirements for the equipment. Check the group dispatching systems and make necessary tests to insure circuits and time settings are properly adjusted and the system performs as designed and installed by the manufacturer. Adjust and maintain revised settings upon written direction by the COR. If the mechanic deems it necessary to add hydraulic oil to any elevator while providing maintenance service under this contract, the Contractor shall notify the CO/COR within 24 hours after adding more than two gallons of such fluid. Written documentation shall be provided as to the cause of the loss of hydraulic oil, including the remedy to prevent further loss to the CO/COR. Pumps and pump motors, operating valves, valve motors, motor windings, leveling valves, plunger packing, shutoff valves, exposed piping, hydraulic fluid tanks and oil recovery systems. Filters, mufflers, and muffler components. Repair or replace conductor cables, elevator hoist way wiring and machine room elevator wiring. Car tops, machine room floors, and machine room equipment shall be cleaned monthly. Accumulated rubbish shall be removed from the pits monthly. General cleaning of the entire installation including all machine room equipment and hoist way equipment shall be accomplished annually. Cleaning supplies and a HEPA vacuum cleaner shall be furnished by the Contractor. Telephone, data and intercom lines serving IT, Phone, elopement systems or any other system located within the hoist way or the cab. Contractor shall immediately notify the COR or COR designee of any equipment or environmental conditions which impair or jeopardize safe and continuous functioning of the equipment. If work is required outside of the Scope of this Contract, the Contractor shall submit a detailed cost estimate for required repairs to the CO/COR within 2 business days of finding the issue. Contractor shall not proceed with such work, except for emergency situations such as entrapment, without the written consent of the CO/COR and receipt of a separate Purchase Order to cover the cost of additional work. Repair or replacement of elevator equipment due to natural disaster, vandalism, negligence, or misuse by persons other than the Contractor, and contractor employees. Contractor shall obtain written approval by the CO/COR prior to repairs related to this category of damage. Any damage the contractor deems to be a result of this nature shall be fully documented with pictures taken by the Contractor. Documentation of the incident, including pictures shall be provided to the CO/COR for evaluation. The CO/COR reserves the right to claim any damaged material / equipment. Procedures for completing work to fix this type of are covered in Section 2.2.I. MAINTENANCE AND INSPECTION SERVICES: Contractor shall develop and submit to the Government an annual written Maintenance Control Program (MCP) for each elevator within thirty (30) calendar days after contract award to cover the basic contract and any option periods. The MCP shall, at a minimum, include required inspections, timelines for inspections and maintenance. The Contractor shall perform inspections and maintenance of elevators in accordance with the MCP. The MCP shall ensure compliance with all minimum code requirements including but not limited to fire recall, ASME A17.1 Appendix N tests and other safety/maintenance testing as required by the manufacturer, recognized national codes, or the Government. Contractor shall perform maintenance in accordance with the MCP to ensure reliable and continuous safe operation. Maintenance work shall be in accordance with commercial practices or manufacturer s manuals, if available, and shall be intended to maintain elevators in safe and reliable operating condition. The MCP is required to specify appropriate intervals for the specific maintenance items. Cleaning of equipment spaces and daily cleanup of job sites in conjunction with maintenance, inspections and tests, and repairs are required. Government may perform elevator inspections at no cost to the Contractor for purposes of capital asset management and quality assurance. If discrepancies are discovered during these inspections, the Contractor will be notified in writing of any determination and shall be responsible for the corrective actions covered under this Contract, to be completed within 15 working days. The Contractor shall maintain a copy of current elevator inspection documentation, along with an index indicating the location, date inspected, and date of the next required inspection. The elevator inspection documentation will be located in the machine room for the elevators covered and a copy provided to the COR each quarter. CALLBACK SERVICE Callback service is defined as a request for service or to assist in an entrapment for one or more elevators, either during or after normal working hours, during weekdays, weekends or holidays, to correct any problem or condition, including entrapment, which needs attention. Contractor shall respond to all callbacks and be prepared to take corrective action at the site within 1 (one) hour for passenger entrapments and 2 (two) hours for all other non-entrapment callbacks. Equipment malfunctions shall be corrected the same day the service call is issued. If circumstances beyond the Contractor s control preclude resolution of the problem the same day, the CO/COR must be notified in writing with an explanation of the delay. Callback service during non-normal working hours shall be restricted to entrapment releases and returning critical elevators to service. Critical elevators include elevators designated by the COR or COR designee. Critical elevators are defined as: each building serviced with an elevator shall have a minimum of one elevator in operation to ensure safe vertical egress. In the event of a multiple elevator failures in one building (or a building serviced by one elevator has a failure) and the building has no elevator service, then the callback is deemed essential. Callback services of non-essential elevators will be scheduled for repair the next business day during normal business hours. K. Repair or work proposals not covered under this Contract must be authorized in advance by the CO/COR and may be performed during normal hours of operation. Procedures for completing work to fix this type of are covered in Section 2.2.I. Work related to Callbacks are not to take time away from preventive maintenance required under this Contract. MAINTENANCE, REPAIR, and CALLBACK TICKET PROCEDURES Contractor shall have maintenance tickets signed by the COR or COR designee. Contractor shall instruct employees to comply with the following procedures: Upon arrival at the facility, Contractor shall check in with the CO/COR or COR designee so Engineering Service will be aware of Contractor s presence at the facility. Pick up the key ring which contains keys that will access any lock on the elevators and open access doors to elevator maintenance spaces. This key ring shall be returned before maintenance personnel leave the VA BHS facilities. Contractor shall have a service ticket on each service call signed by the COR or COR designee. Service tickets shall identify the respective piece of equipment, description of problem, description of corrective measures taken, date and time the elevator was returned to regular service. ADDITIONAL SAFETY INSPECTIONS AND TESTING Category Five tests shall be performed by the Contractor and witnessed by a 3rd party ANSI/ASME QE-1 Certified Elevator Inspector hired by the Government. Contractor shall perform safety tests and other tests and inspections as recommended and required by ASME A17.1 Safety Code for Elevators and Escalators using Table N-1 Recommended inspection and test intervals in Months and ASME A17.2 Guide for Inspection of Elevators, Escalators, and Moving Walkslatest edition. The certified inspector will provide a report of deficiencies found the Government or Contractor is required to correct. The results of all tests shall be recorded in the Record of Elevator Testing and a summary delivered to the CO/COR. The Contractor shall identify the date of the last Annual Test up to the Five-Year Load Tests on each elevator tag and plan to perform the following: Contractor shall assist and accompany any third-party elevator safety inspector, provided by the Government, during the Annual up to and Five-Year Load Tests required by ASME A17.1/A17.2. The tests will be performed under direction of an appointed third-party elevator inspector having area jurisdiction and appointed under separate contract by the Government and may involve 2 or more days of work. CO/COR shall notify the Contractor of the dates when the above inspections/tests will be performed at least ten (10) working days before the scheduled inspection dates. The Contractor shall be responsible for furnishing necessary weights, labor, and means of transportation of the weights throughout the Government s facilities, as directed by the third-party inspector and as required for successful completion of inspections. The Contractor shall operate elevators during inspection/test under the direction of the third-party elevator inspector as require for the inspection/test. The Contractor shall work with the third-party inspector on developing a list of repairs identified during testing. The Contractor shall coordinate with the COR concerning time frame for repairs and adjustment identified during the inspection and covered under this Contract, which shall be completed in a timely manner. All repairs outside of the Contract will be submitted to COR and handled under a separate Purchase Order. Any repairs or adjustments necessary to complete a test and return the elevator to service shall be performed by the Contractor at no additional expense to the Government. Contractor sh...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/459cde30617142da97f7a067f737dafe/view)
 
Place of Performance
Address: Please see the Performance Work Statement, USA
Country: USA
 
Record
SN07470986-F 20250611/250609230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.