N--LOWE_TROLLEY LIFTS
ID: 140P4325Q0050Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Other Urban Transit Systems (485119)

PSC

INSTALLATION OF EQUIPMENT- RAILWAY EQUIPMENT (N022)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide and install six Ricon Mirage F9TF wheelchair lifts for historic trolleys at the Lowell National Historical Park. The project aims to enhance accessibility by replacing existing wheelchair lifts, ensuring compliance with ADA/ABAAS standards while preserving the historical aesthetics of the trolleys. This procurement is a Total Small Business Set-Aside, with a contract period scheduled from October 15, 2025, to April 29, 2026, and proposals due by July 18, 2025. Interested vendors should contact Melvin Gartrell at melvin_gartrell@nps.gov for further details and must acknowledge receipt of the solicitation amendment to ensure their offers are considered.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lowell National Historical Park aims to enhance accessibility by replacing wheelchair lifts on its historic trolleys. The project involves purchasing and installing six Ricon Mirage F9TF wheelchair lifts, with two for each of the three replica trolleys. These lifts must meet ADA/ABAAS compliance standards, enabling safe access for users from ground level to cab height while preserving the aesthetics of the historical vehicles. Key tasks include the removal of existing units, installation of new ones, operational testing, and provision of an operations manual for staff. The contractor is responsible for all labor and materials, with a requirement for a two-year warranty on the lifts and a one-year warranty on labor. Work is scheduled to occur between October 15, 2025, and April 29, 2026, requiring coordination with park staff for timing and site access. The proposal details the necessity for a site visit to assess conditions and is expected to be conducted in compliance with safety and operational standards. By ensuring the trolleys are equipped with modern, safe lifts, the park reaffirms its commitment to accessibility and visitor services.
    The National Park Service (NPS) is seeking to replace wheelchair lifts on three historic trolley cars to comply with accessibility standards. This project will use specific brand name products—Ricon’s Mirage F9TF Wheelchair Lift—due to their unique compatibility with existing systems and compliance requirements, limiting competition according to federal regulations. The contract involves purchasing and installing six lifts, two for each trolley, ensuring they do not detract from the vehicles' historical aesthetics. The lifts must meet rigorous design and safety standards, including the ability to support 660 pounds and comply with ADA regulations. Market research indicated that no comparable alternatives exist that would meet the requirements, thus justifying the sole-source procurement. The NPS aims to minimize costs and avoid extensive modifications by maintaining the original design. The solicitation will be published on the government's procurement site to attract potential bidders, with intent to foster future competition for similar projects. The document outlines the compliance with federal regulations, cost justification through market analysis, and the technical specifications necessary to fulfill their mandate of providing accessible visitor transportation within the park.
    The document serves as an amendment to solicitation number 140P4325Q0050, issued by the National Park Service for a project at the Boston National Historical Park, extending through various contractual modifications. The main updates include a change in the site visit date from June 6, 2025, at 0900 EDT to June 16, 2025, at the same time and a new closing date for offers, now set for July 18, 2025, at 1200 EDT. The period of performance for the project is scheduled from October 15, 2025, to April 29, 2026. Contractors must acknowledge receipt of the amendment to ensure their offers are considered, with specific instructions provided for submission. This amendment is critical for ensuring compliance with federal procurement processes and keeping all stakeholders informed of the necessary updates to the solicitation timeline and requirements. The document underscores the importance of timely communication, as failing to acknowledge could result in offer rejection.
    The document outlines a Request for Quotation (RFQ) regarding the procurement and installation of six electric wheelchair lifts for historic trolley cars to enhance accessibility at the Lowell National Historical Park. This RFQ is set as a Total Small Business Set-Aside, aligning with NAICS code 485119, which encompasses other urban transit systems. The contract anticipates a fixed-price purchase order, requiring quotes by June 27, 2025, to be sent to Melvin Gartrell. Key components of the solicitation include specific evaluation criteria emphasizing technical qualifications, past performance, and price. Interested vendors should attend a scheduled site visit on June 9, 2025, and are encouraged to submit proposals addressing all required qualifications. The government will evaluate the offers based on their technical merit, relevant project experience, and cost, intending to award the contract to the lowest responsible bidder whose proposal meets all requirements. The documentation stresses the importance of electronic invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform. This procurement effort illustrates the Government’s commitment to improving public accessibility in line with established federal regulations and standards.
    Lifecycle
    Title
    Type
    LOWE_TROLLEY LIFTS
    Currently viewing
    Solicitation
    Similar Opportunities
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z--Bridge 447 - Timber Replacement
    Buyer not available
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.