99 CES VTE Elevator Maintenance recompete
ID: F3G3CE4095AW02-01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base, is seeking proposals for the maintenance, repair, and inspection of vertical transportation equipment (VTE) under a full and open competition contract. The selected contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the continuous and safe operation of VTE, including passenger elevators, in compliance with various safety and inspection standards. This procurement is critical for maintaining operational safety and efficiency within military facilities, with a contract period starting from October 16, 2024, and extending for one year with four optional renewal years. Interested parties must submit their proposals electronically by October 9, 2024, and can direct inquiries to Nathan Doebler at nathan.doebler@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for vertical transportation equipment (VTE) maintenance, repair, and inspection services at Nellis Air Force Base. The contracted contractor is responsible for comprehensive service, which includes management, tools, equipment, and labor required for maintaining and inspecting passenger elevators, as specified in Appendix A. The contract excludes certain services like alterations, damage from mishaps, and cosmetic repairs. The contractor must comply with several safety and inspection standards, including ASME, NFPA, and OSHA, and is tasked with creating a Maintenance Control Program (MCP) to ensure compliance with maintenance schedules and inspections. Response time for routine repair calls must be within 24 hours, while emergency calls require a response within two hours. The contractor will report on service performance and must maintain a quality control program to ensure adherence to the contract. Additionally, the contractor's personnel must be certified, and all safety and environmental regulations must be strictly followed due to the sensitive military environment. This PWS highlights the importance of efficient, compliant service to ensure operational safety within military facilities.
    This document outlines a government Request for Proposals (RFP) related to Full Service Vertical Transport Equipment (VTE) Maintenance, Repair, and Inspection. The contractor is required to deliver comprehensive management, tools, supplies, labor, and equipment necessary for the upkeep of real property VTE as defined in a Performance Work Statement (PWS). The contract includes a base year and four option years, each comprising a quantity of 12 months for service. Pricing details are unspecified in the document but are expected to be provided as part of the proposal submission. The overarching aim of this RFP is to ensure ongoing maintenance and compliance for VTE, which are critical to operational effectiveness in federal facilities. The consistent repetition of the service requirement emphasizes the importance placed on these systems and the necessity for qualified contractors to ensure they meet defined operational standards.
    The document outlines a Request for Proposal (RFP) for Facilities Support Services at Nellis Air Force Base (AFB), specifically for the maintenance, repair, and inspection of vertical transportation equipment (VTE). Originally set aside for small businesses, it will now be open to full competition due to insufficient technically acceptable offers. The contract, expected to begin on October 16, 2024, and run for one year with four optional extensions, requires comprehensive services, ensuring continuous safe operation of VTE. Offerors must meet several criteria including providing a detailed technical proposal, verifying compliance with licensing requirements, and showcasing past performance. Proposals will be evaluated based on technical merit, past performance, and price, with a focus on ensuring the most advantageous offer for the Government. Submission is electronic, due by October 9, 2024. Interested parties must familiarize themselves with the attached Performance Work Statement (PWS) and follow specific submission instructions to qualify for consideration. Overall, this RFP reflects the government’s commitment to maintaining operational safety and efficiency at the base while engaging in a fair, open procurement process.
    The 99th Contracting Squadron of the Air Force is seeking bids for Vertical Transportation Equipment Maintenance, Repair, and Inspection Services at Nellis Air Force Base, Nevada. As part of the evaluation process, they require feedback on offerors' past performance from experienced organizations, emphasizing the importance of timely responses. A Past Performance Questionnaire is enclosed to collect relevant performance information about contractors, focusing on various execution aspects, including repair quality, documentation accuracy, emergency response times, and communication. The evaluation will use a defined scoring scale ranging from Exceptional to Unsatisfactory. The deadline for submission is 13 September 2024, and responses can be submitted electronically. This document aims to facilitate the source selection process by collecting critical past performance data to ensure that selected contractors can effectively fulfill their contractual obligations.
    The document presents an extensive listing of Vertical Transportation Equipment (VTE), specifically elevators, managed by various organizations. It includes details such as the type of each elevator (hydraulic or traction), the manufacturer, operational specifications (capacity, floors), and installation dates. Each entry is coded to track the type of inspection and maintenance needed, specifically, the CAT 5 test requirements, with a schedule for the last inspections and expected dates for the next evaluations. The list emphasizes the commitment to safety and regulatory compliance in elevator operations. The comprehensive data on the elevators reflects the government's diligence in ensuring that public and private transport equipment meets necessary standards. The documentation serves a crucial role in facilitating effective maintenance and upgrading of infrastructure relevant to state and local transportation systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for 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 providing all necessary personnel, equipment, and materials to ensure the safe and continuous operation of various types of VTE, including elevators and lifts, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining operational efficiency at military installations, as they are designated as a Mission Essential Function. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 17, 2024, with a maximum estimated cost for certain tasks set at $15,000. For further inquiries, potential bidders can contact Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES, VARIOUS LOCATIONS, OAHU, HAWAII
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Hawaii, is seeking contractors to provide maintenance and repair services for Vertical Transportation Equipment (VTE) at various locations on Oahu, Hawaii. The procurement aims to ensure the operational efficiency and safety of VTE systems, which are critical for facilitating movement within facilities. Interested contractors should note that the solicitation falls under the NAICS code 238290, and the primary contact for inquiries is Julie Shimoda, who can be reached at julie.m.shimoda.civ@us.navy.mil or by phone at 808-474-9841. Further details regarding the solicitation timeline and submission requirements will be provided in the official solicitation documents.
    Elevator Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide elevator repair services at MacDill Air Force Base in Florida. The procurement involves the repair of Service Elevator Car 4, requiring the contractor to supply all necessary tools, labor, and materials while adhering to federal, state, and local regulations, including the management of hazardous materials such as asbestos. This project is critical for maintaining operational safety and efficiency within the facility, with a completion timeline of 90 days post-award. Interested parties must submit a capabilities package by October 7, 2024, at 10:00 AM EST, to the designated contacts, Jason Camelo and Melissa Biggar, via the provided email addresses.
    J049--Elevator Inspection Services - Tuscaloosa VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator Inspection Services at the Tuscaloosa VA Medical Center. The procurement involves semi-annual inspections and comprehensive testing of various elevators and dumbwaiters, with a contract value of approximately $11.5 million, covering a base year from January 1, 2025, to December 31, 2025, and four additional option years. This initiative underscores the importance of maintaining safety and compliance with ASME standards during inspections, particularly for service-disabled veteran-owned small businesses. Interested parties must submit their quotes to Contract Specialist Michael Barton via email by 11:00 AM EST on October 25, 2024, and may direct any questions regarding the solicitation by October 15, 2024.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards within government facilities, supporting approximately 6,500 personnel. Interested contractors must submit their proposals by 12:00 PM CST on October 16, 2024, and are encouraged to attend a mandatory site visit on October 1, 2024. For further inquiries, contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or call 520-693-0169.
    Elevator Maintenance - Fort Moore
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Moore, Georgia, is seeking qualified contractors for elevator maintenance and repair services at Fort Moore and the Martin Army Community Hospital. The procurement requires comprehensive services including daily inspections, monthly maintenance, and emergency response for various elevator systems, with a performance period from December 31, 2024, to December 30, 2029. This contract is crucial for ensuring the operational efficiency and safety of critical infrastructure within defense facilities. Interested small businesses must submit their sealed bids by 2:00 p.m. EST on November 6, 2024, following a pre-bid site visit on October 16, 2024, and can direct inquiries to Michael Taylor at michael.m.taylor2.civ@army.mil or Racheal L. Valdez at racheal.l.valdez.civ@army.mil.
    Z--Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan. This service is typically used for ensuring the proper functioning and safety of vertical transportation equipment such as elevators and escalators. The anticipated contract type is a fixed price, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. The contract period will be for a Basic Period of 12 months and four (4) one-year Option Periods with a planned start date of 01 OCT 2017. Local sources in Japan are eligible to submit proposals, and offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 29 JUN 2017, and interested contractors can access the solicitation from the Asia Navy Electronic Commerce Online (AsiaNECO) website. Interested firms are requested to provide capability statements including company information and contact details. This notice does not constitute a commitment by the Government, and the point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil, or Ms. Soledad Credo, Contracting Officer at telephone 046-816-7076, email: soledad.credo@fe.navy.mil.
    Elevator Maintenance Services at Caven Point Marine Terminal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for elevator maintenance services at the Caven Point Marine Terminal in Jersey City, New Jersey. The contract, identified by solicitation number W912DS24Q0029, requires comprehensive maintenance tasks, including annual and semi-annual inspections, emergency services, and compliance with manufacturer recommendations and New Jersey state regulations. This maintenance is crucial for ensuring the operational reliability and safety of the Schindler 330A Hydraulic Elevator at the terminal. Proposals are due by October 8, 2024, at 2:00 PM EST, and interested contractors should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or 917-790-8089 for further information.
    WSD/CVD ELEVATOR MAINTENACE AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers San Francisco District, is soliciting proposals for elevator maintenance, inspection, testing, and repair services at the Coyote Valley Dam and Warm Springs Dam in California. The contract, which is set aside for small businesses, requires contractors to ensure the safe and reliable operation of elevators, including conducting quarterly preventive maintenance and emergency repairs, with a total projected budget of $360,000 over a base year and three option years. This procurement underscores the importance of maintaining critical infrastructure and adhering to safety standards, with proposals due by October 28, 2024, at 12:00 PM PT. Interested parties can contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil for further information.
    Z2DA--531-25-103 | Bldg 77 Freight Elevator Controller/Motor Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the modernization of the freight elevator controller and motor in Building 77 at the Boise Veterans Affairs Medical Center. This project aims to upgrade an outdated elevator system, ensuring compliance with current ASME and ANSI standards while enhancing safety and operational efficiency. The selected contractor will be responsible for providing all necessary materials, labor, and supervision to complete the modernization within 180 calendar days, with a maximum of 45 days to operationalize the new systems after the existing elevator is out of service. The estimated project cost ranges from $100,000 to $250,000, and proposals are due by November 4, 2024, at 1:00 PM MDT. Interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.