Back to tenders & grants page
J059--Automatic Doors Service NJHCS Defence & Security J059--Automatic Doors Service NJHCS
Receive Tenders like this by email

J059--Automatic Doors Service NJHCS

J059--Automatic Doors Service NJHCS has been closed on 01 Feb 2021. It no longer accepts any bids. For further information, you can contact the VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.242-NETWORK CONTRACT OFFICE 02 (36C242)

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.242-NETWORK CONTRACT OFFICE 02 (36C242)

Industry:

Defence & Security

Status:

Closed

Timeline

Published:

15 Jan 2021

Deadline:

01 Feb 2021

Value:

Not available

Contacts

Description

https://sam.gov/opp/dfc249bd4fcc4d3ca7bc36b35807cb30/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
Combined Synopsis COMBINED SYNOPSIS/SOLICITATION Automatic Doors at the New Jersey Health Care System- Lyons and East Orange Campus. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through sam.gov on RFQ reference number 36C24221Q0414. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 (eff.11/23/2020). (iv) This solicitation is unrestricted open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $8 Million. The FSC/PSC is J059. (v) This is a services contract to provide Chiller Maintenance services for the Veterans Health Administration (VHA), at the Lyons Campus located at 151 Knollcroft Rd, Lyons , NJ 07939 and East Orange Campus located at 385 Tremont Avenue, East Orange, NJ 07018. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. Statement of Work Automatic Revolving Doors New Jersey Health Care System East Orange and Lyons Campus Title: Automatic Revolving Doors Background: VA New Jersey Health Care System is requiring full preventive maintenance program to maintain automatic door at the East Orange and Lyons Campus. East Orange consists of two (2) Besam RDB Revolver, four (4) Besam Single Swing Doors and 38 Besam manual sliding doors; 76 Automatic Doors. Lyons Campus Consists of 44 (Large) Roll-up Doors and 59 automatic doors. Emergency repairs services will also be required, on an as-needed callback basis. Scope of Work: Contractor shall provide full preventive maintenance, including repairs or other actions to correct deficiencies discovered during the yearly preventive maintenance check, and emergency repairs on an as-needed callback basis. This agreement includes any parts, materials and travel time for automatic door service that require replacement due to normal wear and tear or failure (lamps are included). Parts that require replacement due to damage, abuse, neglect, or non-automation failure are not covered under this agreement. Normal replacement of parts/service is covered under this maintenance contract. New parts are covered (unless otherwise stated) by a one-year limited warranty against failure due to substandard material and workmanship, pursuant to which Vendor s sole obligation shall be to repair or replace such parts. All other parts are covered by the warranty as stated by the manufacturer. It is the COR responsibility to notify Vendor if an unsafe condition exists, to disable any door that is operating in an unsafe manner, and to provide Vendor 24-hour written notice of any accident, alteration or change affecting the equipment. Vendor will not be held responsible for any damages, injuries and liability as a result of the VA s failure to fulfill its responsibilities. Sites: a. East Orange Campus: Equipment: -Two (2) Besam RDB Revolver, four (4) Besam Single Swing Doors and 38 Besam manual sliding doors. -76 Automatic Doors comprising of 111 Operators in multiple buildings on campus. The automatic doors are from various manufacturers. A list is available from the COR PM Procedures: Quarterly - Revolver: Vendor will schedule four quarterly maintenance visits to be performed in the months of October, January, April and July to inspect, clean, lubricate and adjust the equipment, as well as an AAADM Certification on all applicable doors at the time of the preventive maintenance visit. Semi-Annual Single Swing Doors: Vendor will schedule two semi-annual maintenance calls to be performed in the month of February and August to inspect, clean, lubricate and adjust the equipment, as well as an AAADM Certification on all applicable doors at the time of the preventive maintenance visit. Annual- Automatic Doors: Check, including but not limited to, adjustments, cleaning, calibration, inspection and certification of operation of the automatic door operators, to insure proper and efficient operation to minimize breakdowns, deterioration or deficiencies. It shall also include repairs or other actions to correct deficiencies discovered during the yearly preventive maintenance check. Full population of components divided into two semi-annual visits in October and April plus on-call, as-needed repairs. Contractor shall be responsible for preventive maintenance and repair/replacement of all electrical circuits including the electrical, pneumatic, hydraulic mechanisms/parts, including all parts associated with the VA owned operators. Equipment location: Two Besam Revolving doors, (4) Besam Single Swing Doors Located in Bldg. 1. 76 Automatic Doors comprising of 111 Operators in multiple buildings on campus. The automatic doors are from various manufacturers. A list is available from the COR Upon arrival to perform service, Contractor to report to Building Maintenance Shop Foreman, Bldg. 1, B-190, Ext. 2075 b. Lyons Campus: Equipment: 44 (Large) Roll-up Doors comprising of 32 Powered and 11 Non-Powered Operators and 7 Security Roll-up gates From different manufacturers list available from the service. 59 Automatic Doors comprising of 82 Operators in multiple buildings on campus. The automatic doors are from various manufacturers. A list is available from the COR. PM Procedures: Quarterly- Roll-up Doors: In the months of October, January, April and July. Check operation, lubricate all rollers, tracks, make adjustments as needed, perform cleaning, calibration, inspection and certification of operation of the automatic door and gate operators to insure proper and efficient operation to minimize breakdowns, deterioration or deficiencies. Annual -Automatic doors: Check, including but not limited to, adjustments, cleaning, calibration, inspection and certification of operation of the automatic door operators, to insure proper and efficient operation to minimize breakdowns, deterioration or deficiencies. It shall also include repairs or other actions to correct deficiencies discovered during the yearly preventive maintenance check. Equipment location: Contractor to report to Maintenance & Repair Shop Foreman, Bldg. 15, Room 6, Ext. 4280. Repair Procedures: Vendor will respond to restore equipment into full operation. Service repair calls will be given priority. All service repair calls received prior to 12 Noon will receive same day service. If repairs cannot be completed during normal working hours, it will be at the discretion of the COR to authorize premium charges or determine repairs can be completed on the next normal working day. Calls after 12 Noon will be at the next normal working day unless authorized by the COR for premium charges. Response time is within 24 hours of service call and is covered under this maintenance contract. Emergency repair service during other than normal duty hours must be pre-approved by COR. Normal/Emergency repairs/service includes service required to repair or restore failed or failing door operators. Repairs will be accomplished by replacement or restoration of component parts or materials that have deteriorated, worn out broken or are unable to perform to current prescribed standards. Hours of Work: All preventive maintenance work to be performed during the hours of 8:00 AM to 4:30 PM, Monday thru Friday excluding Holidays. Reports: Vendor will provide a copy of service report to the COR. Report will include a list of all preventive maintenance checks completed as well as identified problems and/or deficiencies found. Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. Estimated Period of Performance: 02/15/2021 02/14/2022 with a provision four (4) option years. Place of Performance: East Orange VA 385 Tremont Ave. East Orange, NJ 07018 Lyons VA 151 Knollcroft Rd. Lyons, NJ 07939 (vii) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) a. Solicitation number for this requirement as 36C24221Q0414. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty e. Price should be for all services detailed on this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate should be separated from any other costs. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past performance information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically) The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applied to this acquisition. Award shall be made to the offeror whose offer is determined to be the lowest price, technically acceptable (LPTA) after price is determined fair and reasonable. The offeror must be a responsible offeror and submit a package that meets all the technical and past performance requirements. Offeror must also meet the terms and conditions of all clauses and provisions. Once offerors are evaluated, the award will be made to the lowest price of responsible offerors, who meet technical criteria in response to this Request for Quotes. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. The following factors will be assessed on a pass/fail basis. All complete quotes will be considered. However, if the lowest price quote is determined to be complete and acceptable under the Technical and Past Performance Factors, the award may be made to that offeror without further evaluation of higher priced quotes. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated b) Contractor Experience: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in the repair, maintenance and servicing of automatic doors for a healthcare facility. Their expertise and experience shall be of such extent so as to provide them the knowledge of conditions of automatic doors and the scope of repairs, maintenance and servicing of doors generally found in hospital use. (ix) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (x) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising (MAY 2008) - 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors - 852.215-71 Evaluation Factor Commitments. - 852.232-72 Electronic Submission of Payment Requests - 852.233-70 Protest Content/Alternative Dispute Resolution. - 852.233-71 Alternate Protest Procedure. - 852.270-1 Representatives of Contracting Officers. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent to Evelyn Peguero at [email protected] This is an Unrestricted open market for Automatic Doors as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00pm on 02/01/2021 at [email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 12:00pm on 1/28/2021. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Evelyn Peguero at [email protected] Point of Contact Evelyn Peguero, Contract Specialist [email protected] See attached documents: Service Contract Act WD # 2015-4210. Service Contract Act WD # 2015-4212. Door list for East Orange Campus. Door List for Lyons Campus.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more