Elevator Maintenance and Related Services at Three Locations in Michigan
The General Services Administration (GSA), Great Lakes Region, Acquisition Management Division (AMD) is issuing this synopsis for the recurring Elevator Maintenance and Related services contract at th... The General Services Administration (GSA), Great Lakes Region, Acquisition Management Division (AMD) is issuing this synopsis for the recurring Elevator Maintenance and Related services contract at the following three locations: 1) Theodore Levin U.S. Courthouse (Detroit, MI); 2) Rosa Parks Federal Building (Detroit, MI); 3) Port Huron Federal Building (Port Huron, MI). This procurement is unrestricted (full and open competition) and is open to all business concerns under North American Industry Classification System (NAICS) code 238290. The Contractor shall provide all necessary labor, supervision, materials, and equipment necessary to provide full elevator maintenance service, in compliance with the ASME Safety Code requirements, manufacturer's recommendations, Elevator Industry Field Employees' Safety Handbook, National Electrical Code, and all other applicable laws, regulations, rules, ordinances, codes, etc. Full maintenance service is defined as all services, repairs, inspections and testing necessary to maintain all elevators, appurtenances, and accessories in a fully operational mode at all times except for pre-scheduled downtime including all labor, parts and materials. In part, this includes maintenance and repair of door seals, light bulbs and lighting fixtures in elevator spaces (cars, hoist ways, tops and bottoms of cars, and pits), and maintaining acceptable ride quality which may require periodic evaluation and adjustment of guide rails. Reference is made to Section 8.6 of the ASME A17.1 Safety Code for Elevators and Escalators which establishes requirements that must be adhered to. The maintenance Contractor must provide all tools, equipment, supplies and personnel necessary for safely performing all tests required by the ASME A17.1 Safety Code for Elevators and Escalators and the Authority Having Jurisdiction (AHJ). GSA is the AHJ. This includes inspections and tests required at six (6) month, one (1) year and five (5) year intervals, and any other tests determined as necessary by the CO or designee. All tests required by code will be conducted at no additional cost to the government regardless of when the testing is performed. This procurement is being solicited with a ten (10)-month base period from September 1, 2019 to June 30, 2020, with four (4), one (1)-year option periods. The option periods are as follows: Option 1 period of performance is July 1, 2020 to June 30, 2021. Option 2 period of performance is July 1, 2021 to June 30, 2022. Option 3 period of performance is July 1, 2022 to June 30, 2023. Option 4 period of performance is July 1, 2023 to June 30, 2024. This is a firm fixed price procurement. The solicitation will be issued under full and open competition and is open to all business concerns under NAICS code 238290, which has a size standard of $15.0 million. All large businesses under NAICS 238290 will be required to submit subcontracting plans. All socio-economic small businesses are encouraged to submit an offer. Performance-based contracting does apply to the procurement. The solicitation and any subsequent documents related to this procurement will be available via the internet only. The solicitation will be posted to the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Demonstration videos and assistance with using FedBizOpps is available through the website. It is fully integrated with other electronic government initiatives such as System for Award Management (SAM), and is available for use by all Federal agencies. No hard copies of the solicitation or related documents will be mailed. Contractors are responsible for downloading their own copies of this solicitation, amendments, and other documents related to this solicitation. All government contractors must be registered and active in SAM prior to receiving an award. You may access SAM at www.sam.gov. Read the FAQs for more information on these requirements and / or contact the Federal Service Desk at www.fsd.gov for additional questions or assistance. There will be a Preproposal Conference and Site Visit. The solicitation will contain the Site Visit date and time as well as RSVP instructions. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the evaluation factors. The evaluation factors to be used are total evaluated price and past performance. Past performance is significantly more important than price. The solicitation will be posted on or about March 20, 2019, with an offer due-date on or about April 22, 2019. The exact dates of the solicitation publication and offer due-date will be provided on the Solicitation. For any questions related to this synopsis, please contact the Contract Specialist, Kaye Wierzbicki, at 612-355-1209, 612-222-4138, or kaye.wierzbicki@gsa.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »