37150PR240000057 USCG Sector New Orleans Elevator Maintenace
ID: 37150PR240000057Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

FREIGHT ELEVATORS (3960)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for elevator maintenance services at Sector New Orleans, Louisiana. The contract will cover a base period from November 1, 2024, to September 30, 2025, and is set aside for small businesses under the SBA guidelines. This maintenance is crucial for ensuring the operational efficiency and safety of the elevators used in federal facilities. Interested contractors must submit their quotes, ensuring compliance with the Service Contract Act wage determinations, and are encouraged to inspect the site prior to bidding. For inquiries, contact Christopher Zales at Christopher.A.Zales@uscg.mil or Amber Brown at AMBER.L.BROWN@USCG.MIL, with the evaluation process based on the lowest price acceptable quote.

    Files
    Title
    Posted
    The government document outlines the contractual terms and conditions for commercial products and services, detailing the responsibilities and rights of contractors and the government. It includes provisions for inspection and acceptance of goods, requiring contractors to address nonconforming items at no extra cost. The document allows for assignment of payment rights and stipulates that contract changes must occur through written agreement. Disputes are guided by federal regulations, and there are specific clauses related to payment structure, including invoicing and interest on late payments. Additionally, it establishes rules for warranty, liability limitations, compliance with applicable laws, and responsibilities regarding employee wages under the Service Contract Labor Standards. Importantly, the contract highlights the government’s rights for termination either for convenience or cause. This extensive regulation ensures accountability and legal protection for both contractors and the government, emphasizing adherence to federal standards in procurement and service delivery. Overall, the document serves to implement relevant legal provisions and executive orders affecting government contracts within commercial contexts.
    The U.S. Coast Guard Sector New Orleans has issued a Statement of Work (SOW) for Elevator Inspection and Maintenance services at their facility located at 200 Hendee St, New Orleans, LA for Fiscal Year 2025. The contractor is required to perform thorough inspections, certifications, and maintenance in compliance with relevant regulations and safety codes. Essential tasks include tightening fasteners, inspecting drive chains, greasing bearings, and ensuring the functionality of emergency systems. Contractors must possess qualified personnel, minimize disruptions to facility operations, and complete work within specified hours. A site visit is recommended before bidding, and all inspections are to be supervised by a Facilities Engineering representative. Contractors are also tasked with reporting their findings and discrepancies within seven business days. Liability for any property damage or injury due to contractor negligence is explicitly outlined. This SOW is crucial for upholding safety standards and operational continuity of the Coast Guard's elevator systems.
    This document serves as a wage determination issued by the U.S. Department of Labor under the Service Contract Act. It provides the minimum wage rates and fringe benefits required for various occupations in specified Louisiana parishes. Contracts subject to this act necessitate compliance with minimum wage standards outlined in Executive Orders 14026 and 13658, which stipulate hourly wages of at least $17.20 and $12.90, respectively, depending on the contract's specifics. The document details wage rates for numerous professional categories, including administrative, health, information technology, and service occupations, and specifies required fringe benefits such as health and welfare contributions, vacation, and paid holidays. Workers in classifications with footnotes may earn higher minimum wages and additional benefits. Furthermore, the document outlines guidelines for the classification of additional occupations not listed, ensuring fair compensation in line with the determined wage structure. This wage determination is critical for compliance with federal contracting standards, fostering fair labor practices in government-funded projects across Louisiana.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    NWW HQ Elevator Maintenance Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking a contractor to provide elevator maintenance services for three elevators located at their District Headquarters in Walla Walla, Washington. The procurement involves routine and non-routine maintenance, inspections, repairs, and compliance with ASME A17 and OSHA standards, ensuring the safe and efficient operation of the elevator systems. This contract is structured as a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) agreement, with specific performance metrics and reporting requirements outlined in the Performance Work Statement. Interested contractors should direct inquiries to Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449, and are encouraged to review the solicitation documents for detailed requirements and deadlines.
    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.
    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.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    USCGC Kimball Winch repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of winches on the USCGC Kimball, with the project to be executed at Base Honolulu, Hawaii. The scope of work includes comprehensive winch repairs in accordance with the Statement of Work (SOW) and SFLC standard specifications, emphasizing compliance with environmental, safety, and quality control measures throughout the process. This procurement is critical for maintaining the operational readiness of Coast Guard vessels, ensuring they meet safety and performance standards. Interested small businesses must submit their quotes by October 10, 2024, at 10:00 HST, to the primary contact, Justin Hinkle, at justin.n.hinkle@uscg.mil, with the project scheduled to commence on October 21, 2024, and conclude by October 25, 2024.
    Elevator Maintenance and Repair Services - MCC Chicago
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Elevator Maintenance and Repair Services at the Metropolitan Correctional Center (MCC) in Chicago, Illinois. The contract encompasses a base year with four optional renewal periods, requiring comprehensive services such as inspection, preventive maintenance, and emergency repairs for various elevator types. This initiative is crucial for ensuring the safety and reliability of elevator systems within the facility, adhering to strict industry standards and federal regulations. Interested small businesses must submit their quotes by October 21, 2024, following a pre-bid site visit on October 9, 2024, and can direct inquiries to Sarah Burke at sburke@bop.gov.
    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 at USG office buildings and residences
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Brussels, is seeking qualified contractors for the maintenance of KONE elevators located within U.S. Government offices and residences in Brussels, Belgium. The procurement includes services such as monthly inspections, 24/7 emergency response, predictive maintenance, and compliance with local testing regulations to ensure the safe and efficient operation of the elevators. This contract, structured as a firm-fixed-price agreement with a base year and four optional years, is critical for maintaining operational safety and reliability for embassy facilities. Interested contractors must submit their proposals electronically to BrusselsBids@state.gov by the specified deadline, ensuring they are registered in the System for Award Management (SAM) prior to submission.