J--Elevator Inspections, Maintenance and Repairs
ID: 140R1725Q0008Type: Solicitation
AwardedSep 9, 2025
$435.3K$435,340
AwardeeVERTICAL OPTIONS LLC 732 N NAPA ST SPOKANE WA 99202 USA
Award #:140R1725P0035
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for elevator inspections, maintenance, and repairs at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections on six elevators, ensuring compliance with safety and operational standards. This procurement is critical for maintaining the functionality and safety of essential infrastructure at federal facilities. Interested contractors must submit their proposals by April 24, 2025, at 5 PM Eastern Time, and can direct inquiries to Donald Richer at dricher@usbr.gov. The contract performance period is set from May 1, 2025, to April 30, 2030.

    Point(s) of Contact
    Richer, Donald
    dricher@usbr.gov
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation for the Bureau of Reclamation, specifying instructions for contractors to acknowledge receipt of the amendment. The primary purpose is to address questions from contractors regarding the project, clarify the lack of a site visit, and provide missing documentation, specifically the Alimak Manual, related to elevator maintenance tasks. The amendment lists the addresses of various maintenance sites in Washington State and emphasizes the importance of acknowledging the amendment to prevent rejection of offers. It details that all terms of the original solicitation remain unchanged except where modified. The period of performance for the contract is established from May 1, 2025, to April 30, 2030. This amendment is a procedural element in the federal contracting process, ensuring compliance and communication with offerors in the ongoing procurement endeavor.
    The document is an amendment to a solicitation issued by the Bureau of Reclamation for the Grand Coulee Acquisition Group, revising specific provisions within the solicitation. The amendment clarifies the instructions for offerors, notably removing the requirement for warranty information. It outlines the importance of acknowledging receipt of the amendment to avoid rejection of offers, which must be submitted by the specified deadline. The amendment is part of an ongoing procurement process with a performance period lasting from May 1, 2025, to April 30, 2030. The document ensures that contractors are informed of the changes, emphasizing the need for proper submission protocols to maintain compliance with federal regulations. Overall, the amendment serves to streamline the procurement process and ensures that all parties are updated on the latest solicitation requirements.
    The document outlines an amendment to a solicitation for procurement related to the Bureau of Reclamation, specifically involving the Grand Coulee Acquisition Group. Its primary purpose is to extend the closing date for submissions from April 17, 2025, to April 24, 2025, at 5 PM Eastern Time. Contractors are instructed to acknowledge receipt of this amendment through various methods, including direct submission with their offers or via electronic communication, emphasizing the importance of timely response to avoid rejection of offers. Additional instructions require contractors to provide necessary documentation as stated in provision 52.212-1, Instruction to Offerors, as part of their submitted quotes. The overall period of performance for the contract runs from May 1, 2025, to April 30, 2030. This document reflects standard procedures in federal contracting, ensuring that all parties are informed of changes that affect offer submission timelines and requirements.
    The U.S. Bureau of Reclamation is seeking proposals for the preventive maintenance, inspections, and repairs of six elevators located at various sites in Washington State. The contract will encompass quarterly preventive maintenance, annual inspections, and five-year inspections, with a mix of firm fixed price and time and materials pricing structures. The work primarily involves ensuring compliance with safety and operational standards, conducting inspections, and performing necessary repairs. The performance period is from May 1, 2025, to April 30, 2030, with specific tasks outlined, including safety device installation and comprehensive documentation of maintenance activities. Contractors must possess appropriate certifications and adhere to extensive safety regulations and industry standards. The proposal also delineates the qualifications required for inspectors and technicians, emphasizing the importance of safety protocols, especially during inspections that invoke federal security considerations. Overall, this solicitation reflects a commitment to maintain operational safety and compliance while ensuring the continued functionality of critical infrastructures at federal facilities.
    Similar Opportunities
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    Elevator Services for Pittsburgh District
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator inspection, maintenance, and repair services under a Blanket Purchase Agreement (BPA) for the Pittsburgh District. The objective of this BPA is to ensure a rapid response and cost-effective maintenance solution for elevator services at various locations in Pennsylvania, West Virginia, and Ohio. These services are crucial for the upkeep of U.S. Army Corps of Engineers facilities, ensuring operational efficiency and safety. Interested parties should contact Contract Specialist Isaiah Johnson at isaiah.m.johnson@usace.army.mil, providing details of up to three similar projects completed, as part of their expression of interest.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    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.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.
    Maintenance of Elevators at US Embassy Building - Pristina
    State, Department Of
    The U.S. Department of State is soliciting quotations for an Elevator Maintenance Contract at the U.S. Embassy in Pristina, Kosovo, under Solicitation Number 19KV4226Q0001. The contract entails a firm-fixed-price agreement for elevator maintenance services, which includes routine monthly maintenance, annual tests, and emergency response requirements, ensuring elevators operate safely and efficiently in compliance with ASME A17.1 standards. This maintenance is crucial for the safety and reliability of the embassy's operations, with the selected contractor required to provide trained personnel and adhere to strict quality assurance measures. Quotations are due by January 16, 2026, at 3:00 PM local time, and interested parties must attend a pre-quotation conference on December 22, 2025, at the embassy. For further inquiries, contact Thad Ball at balltb@state.gov or Burim Buza at BuzaBM@state.gov.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Elevator Maintenance Service at NEC
    State, Department Of
    The U.S. Department of State is seeking proposals for Elevator Maintenance Services at the U.S. Embassy in Yangon, Myanmar, under solicitation number 19BM8026Q0002. The contract will cover a one-year base period with two optional years, requiring routine monthly maintenance, 24/7 emergency response, and same-day non-emergency repairs for three Otis elevators. This service is critical for ensuring the operational efficiency and safety of the embassy's facilities. Interested vendors must submit their proposals by December 26, 2025, at 16:00 Yangon time to RangoonProposals@state.gov, and are required to have a local partner in Myanmar, along with SAM registration and a comprehensive technical plan.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    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.