Page 3 of 3 SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for elevator maintenance and testing at the Iron Mountain VAMC in Iron Mountain MI. The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238290. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Tentative requirements: The Contractor shall furnish all material, parts, labor, lubricants, hydraulic fluids, disposal, supervision, tools, shipping, travel and equipment necessary to provide full maintenance services, including all adjustments, tests, parts replacement related to preventative maintenance and repairs necessary to keep the elevators in continuous use at their initial performance ability (same speed, capacity, safety and efficiency) as originally specified by the equipment manufacturer as modified thereafter at the Oscar G. Johnson VAMC, 325 East H Street, Iron Mountain, MI 49801-4760. The contractor shall provide all labor, materials, tools, and supervision to provide maintenance service, provide support for all testing and inspections; annual elevator re-call testing, semi-annual inspections and testing with federal elevator inspector including all full load, rupture valve, no load and any other required testing on all four (4) passenger elevators, one (1) freight elevator, and two (2) dumbwaiters. Also there is a 2 hour response time requirement for all emergency issues. If your Company has the potential capacity to perform these contract services, please provide the following information:1) Company name, address, email address, web site address, telephone number, and size and type of ownership for the company; 2) Tailored capability statements addressing the particulars of this effort, vehicle fleet size, and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements; and 3) Confirmation your company can meet the Limitations of Subcontracting should they apply (see below) The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for small businesses (limitation of subcontracting would apply), small businesses (limitations on subcontracting would apply) or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM CST on December 23, 2025. All responses under this Sources Sought Notice must be emailed to Michelle.klug2@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. ELEVATOR & DUMBWAITER MAINTENANCE OSCAR G JOHNSON VAMC IRON MOUNTAIN MI STATEMENT OF WORK The Contractor shall furnish all material, parts, labor, lubricants, hydraulic fluids, disposal, supervision, tools, shipping, travel and equipment necessary to provide full maintenance services, including all adjustments, tests, parts replacement related to preventative maintenance and repairs necessary to keep the elevators in continuous use at their initial performance ability (same speed, capacity, safety and efficiency) as originally specified by the equipment manufacturer as modified thereafter per the Statement of Work at the Oscar G. Johnson VAMC, 325 East H Street, Iron Mountain, MI 49801-4760. 1. GENERAL SERVICES The contractor shall provide all labor, materials, tools, and supervision to provide maintenance service, provide support for all testing and inspections; annual elevator re-call testing, semi-annual inspections and testing with federal elevator inspector including all full load, rupture valve, no load and any other required testing on all four (4) passenger elevators, one (1) freight elevator, and two (2) - dumbwaiters identified in the Equipment Identification in Section 2 to include the following: A. Systematic examination of equipment Preventative maintenance on elevators shall be performed on a monthly basis, to include the code required monthly fire test on all elevators. Preventive maintenance on the 2 dumb waiters shall be performed semi-annually. Contractor technician(s) shall provide a minimum of eight (8) hours of onsite maintenance labor time per month to ensure elevator s and dumb waiter s operational up- time is acceptable. B. All adjustments, repairs and modifications, shall conform to the manufacturer guidelines, applicable codes and the following industry standards, as applicable, whichever is more stringent: ASME A17.1 Safety Code for Elevators and Escalators, latest edition ASME A17.2 Inspectors Manual for Elevators and Escalators, latest edition ASME A17.3 Safety Code for Existing Elevators and Escalators, latest edition ANSI NFPA 70 National Electric Code, latest edition Manufacturer s requirements and specifications on inspection, maintenance, and operation of each elevator and dumbwaiter model C. Contractor shall have in his possession throughout the term of the contract all diagnostic equipment necessary to fully maintain, test, repair, adjust or reprogram the systems. D. Contractor shall be required to attach tags or labels after testing as specified by Code, such as at the governor-releasing carrier, oil buffer, rupture valve test, etc. E. 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 Medical Center. F. Contractor shall maintain an adequate supply of spare parts to ensure prompt preventive maintenance and repair services. G. Contractor shall provide emergency call back service. H. The Contractor shall obtain all necessary licenses and/or permits required to perform the work if required. I. All tests or inspections that will remove the elevator from normal operation shall be scheduled in advance with the COR. J. The Government reserves the right to perform emergency repairs to any elevator which is Disabled if, in the Government s opinion, it jeopardizes patient or employee safety. 2. EQUIPMENT Upon contract award, the contractor accepts "as is" all elevator equipment specified in the contract. Failure to inspect the elevators, prior to contract award, will not relieve the contractor from performing services/repairs in accordance with the strict intent and meaning of the specifications at no additional cost to the VA. Offerors should inspect the premises prior to submitting their offers in order to be fully aware of the scope of services required. Contractor shall provide service on the following Five (5) Elevators and Two (2) Dumbwaiters: 1) Elevator 1 Service Car: Motion control Engineering cable car, Motion 4000, S/N: 3336987, 8 stops, 11 openings 2) Elevator 2 West Passenger Car: Motion Control Engineering cable car, Motion 4000, S/N: 3336938, 7 Stops, 7 openings 3) Elevator 3 East Passenger Car: Motion Control Engineering cable car, Motion 4000, S/N: 3336982 7 stops, 7 openings 4) Elevator 4 North Passenger Car: Otis hydraulic, with HMC-2000 Controller, S/N: 2013077167 Openings, 5 Stops. EE# 20348 5) Elevator 6 North Out-Patient car: Otis Hydraulic Elevator, with HMC-2000 Controller, S/N: 864074, 2- Openings, 2- Stops. EE# 17484 6) Dumbwaiter DW 1: Otis Model 101, Electric Winding Drum, S/N: 132880 7) Dumbwaiter DW 2: Otis Model 101, Electric Winding Drum, S/N: 132881 3. SPECIFIC TASKS A. The Contractor shall furnish all labor and supplies, parts and materials necessary to regularly and systematically clean, examine, adjust, lubricate as required and if conditions warrant, repair or replace as follows: 1. Machine, worm gear, thrust bearings, drive sheave, drive sheave shaft bearings, brake pulley, brake coil, brake contact, brake linings and component parts. 2. Machine motor, motor generator, motor windings, rotating element, commutator, brushes, brush holders and bearings. 3. Controller, selector and dispatching equipment, all relays, solid state components, resistors, condensers, transformers, contacts, leads, dashpots, time devices, computer devices, CRT devices, selector tape or wire and mechanical and electrical driving equipment. 4. Governor, governor cables/ropes, governor sheave and shaft assembly, bearings, contacts, and jaws. 5. Deflector or secondary sheave, bearings, car and counterweight buffers, car and counterweight guide rails, top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly, counterweight guide shoes including rollers.. 6. Hoist way door interlocks, hoist way door hangers, bottom door guides and auxiliary door devices. 7. Automatic power operated door operator, car door hanger, car door contact, door protective devices, load weighing equipment, car frame, car safety mechanism, platform, wood flooring, car guide shoes including gibs and rollers. 8. Car operating panel(s) and equipment, hall lanterns, hall buttons and signal devices. 9. Cab Lighting 10. Where applicable to hydraulic elevators, include cylinder head, plunger exposed surfaces, gland and packing, pumps, exposed piping, fittings and flexible pipe connections, operating controls, check and relief valves, valves, gages and tanks. 11. All parts and materials shall be of the original manufacturer s design and specification, or thereto. All lubricants shall be as recommended by the manufacturer. B. The Contractor shall: 1. Examine periodically, all safety devices and governors and conduct an annual no load safety test and each fifth year for cable cars and three years for hydraulic cars; perform a , full speed test of safety mechanism, overhead speed governors, car and counterweight buffers. If required, the governor will be calibrated and sealed for proper tripping speed. 2. Maintain an adequate factor of safety, to equalize the tension on all hoisting ropes, re replace conductor cables and hoist way and machine room wiring. 3. Keep car emergency light units in an operable condition at all times, test special emergency (fireman s service) service and emergency power circuits, where provided in accordance with Code requirements. 4. Furnish lubricants specified to the various lubrication needs. 5. Maintain a supply of contacts, coils, leads, brushes, lubricants, wiping cloths and other parts in each machine room for the performance of routine preventative maintenance. 6. Maintain a complete set of current, legible schematic wiring diagrams in each elevator room for each elevator contained therein. 7. Periodically clean hoist way including all equipment located in or moving through the Hoist way, car top, car sling, safeties, appliances, pits, sills, door tracks and hangers. monthly all elevator machine room floors. 8. The Contractor shall ensure that the elevator pits(s) and elevator machine room(s) are and free from dirt and debris. Contractor shall clean and vacuum all HOISTWAY(s), pi machine rooms once a month to remove dust and debris accumulation. C. The Contractor shall comply with the following procedures when an elevator is removed from service for any reason: Notify Facilities Engineering Service Chief, Maintenance and Repair Supervisor, COR or his/her designee either by phone, or in person, before removing elevator from service. If work requires more than one day, daily notification will be made. Notification to the above-mentioned persons shall be given when placing the elevator back in service. D. The Contractor shall immediately notify the COR in writing of the existence or the development of any defects in, or repairs required to, the equipment covered under this contract, which the Contractor considers are not covered by the contract and shall furnish a written estimate of the proposed cost including material cost and labor charge breakdowns. Final determination of responsibility will be by mutual agreement between the COR and the Contractor. E. The CO, COR or designee must approve, in advance, any extra charge work attributed to vandalism or misuse which will be paid separate from this contract, on a separate purchase order. No invoice will be paid without prior approval and issuance of purchase order. Any repairs due to misuse or negligence shall be billed according to the labor rate specified in the pricing schedule. Parts will be billed at actual invoiced cost. Upon each departure, Contractor will serve notice of disposition of work and furnish a copy of a work order, service sheet or other such written notification of services performed as outlined below items (1) to (7). In the event the emergency repair is after hours, the Contractor can proceed with work with verbal purchase order and notice to proceed by phone from Engineering Chief, COR, Maintenance Supervisor, or his/her designee) Written reports will be provided on the next scheduled visit and will include: 1) Name and address of contractor 2) Name of contractor employee(s) performing the work 3) Date(s) work performed, and hours spent. 4) Person authorizing repair 5) Brief description of work performed, including PMI s and identification of equipment worked on. 6) Signature of contractor s employee(s) and signature of COR, Maintenance and Repair Supervisor or his designee. If the report is not submitted, it will indicate that no inspection or maintenance was performed and payment may be withheld and/or delayed. 7) Invoices- as outlined elsewhere in this contract must contain: parts cost, labor rate and hour Breakdown or invoices will not be paid. 4. EMERGENCY RESPONSE A. The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an emergency develops. At least one emergency telephone number shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. B. Entrapments: Contractor shall respond to all entrapments as an emergency and shall have a technician on site within two (2) hours of being notified of entrapment if VA employees are not able to extradite trapped passengers. Contractor shall notify the VA with an estimated time of arrival (ETA) for technician being dispatched to confirm assistance is on the way. During Normal business hours: Engineering - (906) 774-3300 ext. 32200 After hours and weekends o Police Service (906) 774-330 ext. 32030 C. One elevator is out of service: Contractor s FSE must respond with a phone call to the COR or his/her designee within two (2) hours after receipt of telephone notification twenty-four (24) hours per day. If the problem cannot be corrected by phone, the FSE shall commence work (on-site physical response) within eight (8) hours after receipt of this second notice and shall proceed progressively to completion without undue delay. For example, since normal hours of coverage are Monday through Friday from 7:00 a.m. to 4:30 p.m., excluding holidays, a three (3) hour response means if a call is placed at 3:30 p.m. on a Friday, the FSE shall start on-site service before 9:00 a.m. Monday. D. Two (2) or more elevators out of service: Contractor s FSE shall respond and commence work, (on-site physical response) within four (4) hours after receipt of phone notification. 5. TESTING & INSPECTIONS Testing typically takes place in June and December of each contract year or as otherwise specified below. A. Rupture Valve/Full Load Test/Bypass Relief/No Load : 1. Cable Elevators a. Full load tests with weights shall be performed as follows on cable elevators: s/n 3336987, 3336938, and 3336982 once every 5 years; first test scheduled December 2029. b. Annual - No Load Test 2. Hydraulic Elevators - s/n 2013077167 and s/n 864074, a. Full load tests with weights shall be performed once every 3 years first test scheduled December 2027. b. Rupture valve testing shall be performed every 5 years with first test scheduled for December 2026. c. Bypass relief testing (Stop Ring) shall be included on the annual maintenance inspection. 3. Additional requirements: a. Contractor shall provide 2 certified mechanics to accommodate testing requiring weights. Work shall be performed in accordance with the elevator inspector contractor s schedule. The VAMC will provide notification no less than 2 weeks prior to the scheduled inspection. ELEVATOR ID FULL LOAD TESTING W/WEIGHTS RUPTURE VALVE TESTING ANNUAL DECEMBER Elevator S1 (Cable) December 2029 N/A No Load Elevator P2 (Cable) December 2029 N/A No Load Elevator P3 (Cable) December 2029 N/A No Load Elevator P4 (Hydraulic) December 2027 December 2026 Bypass relief full pressure test Elevator P6 (Hydraulic) December 2027 December 2026 Bypass relief full pressure test B. Elevator Recall Testing - Contractor shall provide support of one (1) certified mechanic for annual fire recall testing on all elevators to assist with the testing and to resolve any issues that may arise during the testing. This testing shall be scheduled on off tour hours (4:00pm-8:30pm) and will be done in coordination with the fire system Contractor. Elevator findings shall be noted and corrected by the Contractor at no additional cost to the Medical Center. C. All Safety tests, full load, no load, rupture valve and any other code required testing shall be performed by the Contractor: Including providing and utilizing required weights. The required elevator/dumbwaiter testing(s) with the federal elevator inspector shall be supported by one dedicated elevator service technician by the Contractor for the Medical Center; two technicians for testing that requires the use of weights. Contractor shall provide upon completion of all testing and/or inspections a verbal notice to the COR on the day of the inspection of all deficiencies and recommended actions before checking out for the day. Any failed inspection will be re-tested after deficiencies are corrected. D. Semi-annual and annual inspections - The elevator semi-annual and annual inspections with the federal elevator inspector shall require the support of one (1) dedicated Elevator Maintenance Contractor service technician for the duration of the inspection and any and all re-testing required by such inspection for the Medical Center. Elevator Maintenance Contractor shall supply two (2) technicians for all tests requiring weights. Contractor shall provide upon completion of all testing and/or inspections a verbal notice to the COR on the day of the inspection of all deficiencies and recommended actions before checking out for the day. 6. PERFORMANCE LEVELS A. Contract speed and brake to brake flight time shall be maintained as originally installed and adjusted. B. Leveling accuracy shall be maintained at all times. C. Opening and closing times, door close torques of all cars shall at all times be maintained within the limits of ASME A17.1 Code with a minimum of stand open time consistent with traffic demands at each floor. D. Door reversal on all elevators equipped with mechanical safety shoes shall always be initiated with the stroke of the shoe. Ensure all electric eyes or door detectors are working at all times. E. Variable car and hall door open times shall be maintained in accordance with original field adjustments. Deviations from this will not be permitted unless requested and/or approved by this COR. 7. FACILITY CHECK IN/OUT A. During normal business hours, upon arrival at the station, the Contractor shall sign in at the Engineering office and then report to the COR, Maintenance and Repair Supervisor or his designee so that the VAMC will be aware of the Contractor s presence at the facility. After normal business hours, Contractor shall sign in and out with the VA Police Service. B. Upon each departure, Contractor will serve notice of disposition of work and furnish a copy of work order, service sheet or other such written notification of services performed. 8. REQUIRED DOCUMENTATION A. Upon completion of work, contractor will provide a detailed SR (typed or computerized report) to the COR. Documentation to include: Name of Contractor and Contract Number. Name of FSE who performed services. Date, time (starting and ending), and hours on-site for service call. Itemized description of service performed. Signatures of FSE performing service described and VA employee who witnessed service described. B. The Contractor shall maintain a full, legible service log in each machine room for each elevator/dumbwaiter and a complete, orderly, chronological file including drawings, complete part lists, and copies of all service reports. The log shall list the date and time of all maintenance service performed. Each service call shall be fully described, including the nature of the call, necessary service performed, and any parts replaced. Service file shall be made available for inspection upon request, and a copy of the complete file furnished to VAMC during the first week of the last month of the normal contract term. C. The Contractor shall maintain a separate maintenance record on each elevator and dumbwaiter. The maintenance record shall be kept in the elevator equipment room and shall be readily available for inspection by the COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: Date Nature of work (i.e. PMI or call back). Description of work or testing performed (contractor should be brief and concise). Any indication of problems experienced. Initial or signature of mechanics performing work. 9. HOURS OF COVERAGE A. Normal hours of coverage are Monday through Friday from 7:00 a.m. to 4:30 p.m. (Central/local time), excluding holidays. All regular service/repairs shall be performed during normal hours of coverage unless requested or approved by COR or his/her designee. Elevator scheduled maintenance or testing that require shutting the elevator down shall not be performed prior to 8:15 am to allow VA staff to arrive at their work place on time. B. Unscheduled maintenance/emergency repair hours of coverage are twenty-four hours per day, seven days per week when more than one elevator is inoperable. Repair work performed outside the normal hours of coverage at the request of COR will be paid separate from this contract, on a separate Purchase Order at the rate specified on the price schedule. Purchase Order must be issued prior to start of work. Work performed outside the normal hours of coverage at the request of the Contractor will be considered service during normal hours of coverage. C. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Junteenth Day 10. SAFETY A. The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements. B. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. C. Patient, employee, visitors, and contractor personnel safety shall be maintained at all times. The contractor is responsible for the occupation safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall replace all safety guards, equipment, devices, etc. removed to service or repair the elevator immediately after completion of work or when leaving the job unattended. D. The Contractor shall submit to the COR, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS onsite in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the Right to Know law. Contractor shall supply a chemical storage cabinet for all Contractor chemicals onsite. E. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required to perform the work. Training on required safety programs and the proper use of PPE s shall be provided by and documentation maintained by the contractor. F. The Contractor shall obtain a Hot Work Permit from the Engineering Department whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment. The contractor is required to follow ALL requirements outlined for the issuance of the Hot Work Permit. G. The Contractor shall be notified of any non-compliance with the previous provisions. The contractor shall, after receipt of such notice, immediately correct the condition and notify the Contracting Officer in writing that the condition has been corrected. If, in the opinion of the Safety Officer or designee, the condition is life threatening he/she shall instruct the Contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order halting all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. H. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: a) Safety program/procedures are required to be followed by the contractor s personnel in the performance of their duties and when such procedures are required. b) Listing of personal protective equipment(s) required to be utilized by the contractor s personnel in the performance of their duties. Also, when equipment will be required. c) Material Safety Data Sheet (MSDS) for any chemical(s) utilized by the contractor in the performance of this contract. I. Contractor is responsible for the supervision of all their employees while on Government property. It is the Contractor s responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. 11. SECURITY REQUIREMENTS The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. 12. PROTECTION OF GOVERNMENT PROPERTY A. During work execution, the Contractor shall take special care to protect Government property including furniture, walls, baseboards, and other surfaces. Accidental splashes shall be removed immediately. Damage resulting from the Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement, if necessary, at no additional cost to the Government. The Contractor shall be responsible to meet OSHA/Safety requirements in the performance of the work. This shall include, but not limited to, taking all the necessary precautions to protect the patients, visitors, and/or staff at each location. The Contractor shall be held responsible for any injuries and /or damage, which may be caused as a result of the Contractors failure to adhere to these requirements. B. Extreme caution shall be exercised to prevent damage to the building and its contents. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the contractor will be repaired and/or replaced to the satisfaction of the VA at the Contractor s expense. 13. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT A. All maintenance personnel directly engaged in the work to be accomplished under the contract shall possess Michigan Elevator Journey person class A or B license or equivalent prior to their employment in a journeyman mechanic s capacity on this contract, and at least 4 (four) years of recent (within the last 6 years) experience in the operations and maintenance of the kind of elevators to be maintained under this contract. Contractor shall provide copies of each technician s qualifications to the Co and COR to keep on file. B. In addition to the above requirements, the Contractor shall have a minimum of 5 (five) years' successful experience in maintaining equipment identical or similar to the equipment covered by this contract. Each offeror shall submit, as part of his offer, references for the previous 5 (five) years experience. The written references shall include, as a minimum, the name, address and telephone numbers of the specific companies and key personnel contacts.