Vertical Transportation Equipment at Holloman AFB, NM
ID: FA480124Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

Other Building Equipment Contractors (238290)

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 Defense, through the Department of the Air Force, is soliciting proposals for maintenance, repair, and inspection services of Vertical Transportation Equipment (VTE) at Holloman Air Force Base in New Mexico. The contractor will be responsible for ensuring the safe and continuous operation of various VTE systems, including elevators and escalators, while adhering to standards set by organizations such as ASME and OSHA. This procurement is crucial for maintaining operational safety and efficiency within government facilities, with an estimated contract value of $15 million and a performance period from October 1, 2024, to September 30, 2029. Interested vendors must submit their proposals by August 25, 2024, and can direct inquiries to Johnnie Walker at johnnie.walker.2@us.af.mil or (575) 572-0047.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for maintenance, repair, and inspection services of Vertical Transportation Equipment (VTE) at Holloman Air Force Base. The contractor is responsible for ensuring the safe and continuous operation of various VTE, including elevators and escalators, while managing all necessary tools, supplies, labor, and equipment. Exclusions from the contract include alterations, vandalism repairs, and cosmetic maintenance. The contractor must develop a Maintenance Control Program (MCP) within 30 days of the award and adhere to safety and performance standards as stipulated by relevant regulations like ASME and OSHA. Additionally, service calls must be categorized into routine and emergency, with specific response times defined. The summary highlights the quality control and assurance measures in place, detailing that the Government may perform inspections to ensure compliance. Key service performance metrics are outlined, emphasizing maintenance availability and timely repairs. Overall, the document illustrates a comprehensive framework geared towards effective maintenance management of VTE, pivotal for operational safety and efficiency in government facilities.
    The document presents Wage Determination No. 2015-5455 under the Service Contract Act, which governs minimum wage rates for federal contractors in New Mexico counties. Contracts initiated or extended after January 30, 2022, must pay workers at least $17.20 per hour or the applicable listed wage, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document lists various occupations with corresponding wage rates, fringe benefits, health and welfare payments, vacation, and holiday entitlements. Additionally, it outlines requirements for paid sick leave under Executive Order 13706 and regulations for uniform allowances. The wage rates may be adjusted annually, and certain minimum wage requirements are not enforced for specified contracts in Texas, Louisiana, or Mississippi. Contractors must adhere to established procedures for classifying unlisted occupations under the new contract and ensure compliance with all labor laws and regulations detailed within the document. This information is vital for ensuring fair compensation and working conditions for contract employees, supporting the overarching goals of government RFPs and grants related to federal contracting.
    This document outlines the protocols for contractors seeking access to Holloman Air Force Base (AFB) in New Mexico, particularly focusing on identification and background check requirements outlined by the National Crime Information Center (NCIC). All contractors must submit a Visit Access Request (VAR) with personal details and comply with security policies, including obtaining a visitor pass for access. The vetting process involves background checks through various databases and could deny access based on certain criminal convictions, particularly serious offenses like firearms violations, sexual crimes, and more, regardless of when they occurred. The procedures specify appeal processes for individuals denied access due to unfavorable checks, methods for re-submitting access requests, and the frequency of required re-vetting for contract duration. Additionally, contractors must ensure the return of access credentials post-contract and adherence to vehicle operation regulations. This document serves to maintain security and compliance while permitting contractors access to the military installation.
    The document is a Request for Proposal (RFP) for Vertical Transportation Equipment (VTE) maintenance, repair, and inspection services at Holloman Air Force Base, New Mexico. Specifically, it targets women-owned small businesses as part of federal contracting efforts. The proposal includes details such as the solicitation number, award amount of USD 15,000,000, delivery terms, inspection addresses, and contact information for queries. Key components involve comprehensive VTE non-personal services, which cover management, tools, supplies, equipment, and labor needed to ensure operational integrity of the VTE systems. The RFP specifies various buildings on the base, particularly detailing service lines for passenger and freight elevators across several facilities with firm-fixed pricing for selected periods. In addition, there are provisions for "Over & Above" services, funded as needed, highlighting flexibility in addressing unforeseen maintenance needs. The document underscores the government's commitment to efficiency and safety while enhancing opportunities for women-owned small businesses in defense contracting. Overall, it presents structured requirements and necessary information to guide proposals while fostering inclusivity and competitive bidding in the acquisition process.
    Similar Opportunities
    99 CES VTE Elevator Maintenance recompete
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, is seeking proposals from qualified small businesses for the maintenance, repair, and inspection of vertical transportation equipment (VTE) at Nellis Air Force Base in Nevada. The contractor will be responsible for ensuring the safe and continuous operation of VTE, including passenger elevators, by providing all necessary management, tools, supplies, equipment, parts, and labor as outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining operational efficiency and safety at the military installation, with a base period of performance from October 16, 2024, to October 15, 2025, and the potential for four additional option years. Interested offerors must submit their proposals electronically by September 16, 2024, and direct any inquiries to SSgt Nathan Doebler at nathan.doebler@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil.
    Vertical Transportation Equipment Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for vertical transportation equipment maintenance and repair services at Luke Air Force Base in Arizona. The contract, identified by requisition number FA488724R0018, requires the contractor to provide comprehensive management, labor, tools, and supplies to ensure the safe and efficient operation of elevators and escalators, adhering to relevant safety codes and standards. This full-service maintenance contract is crucial for maintaining operational readiness and safety at the base, with a performance period from October 1, 2024, to September 30, 2025, and options to extend through 2029. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by September 9, 2024, and direct all inquiries to the primary contacts, Sabastian Halstead and Jacqueline Aranda, via email.
    Vertical Transportation Equipment (VTE) Maintenance and Repair Services, Various Locations, Oahu, Hawaii
    Active
    Dept Of Defense
    The US Department of Defense, Department of the Navy, is seeking maintenance and repair services for vertical transportation equipment (VTE), primarily elevators, escalators, and handicapped lifts, at various locations across Oahu, Hawaii. The work involves ensuring the safe and functional operation of these systems. State-licensed elevator mechanics, certified by NEIEP or NAEC, are required to perform the work. The contract, with a base period of 12 months and four potential one-year extensions, aims to maintain and repair VTE to high safety standards. The contractor must respond swiftly to emergency service orders and adhere to AMSE standards for maintenance. Recurring and non-recurring work is included, ranging from trouble calls to unit-priced labor and material testing. This procurement, with an estimated value of over $1M for the base period, will be conducted through the DoD's Procurement Integrated Enterprise Environment (PIEE) platform. Vendors must register on PIEE to access the solicitation and submit proposals. The proposal includes a non-price section, focusing on corporate experience, safety, and past performance, and a price proposal. The PIEE Solicitation Module Vendor Access Instructions guide explains the registration process for vendors, ensuring they can access and respond to the solicitation efficiently. The guide details the steps for new and existing users to navigate the PIEE platform effectively. Interested parties should contact Julie Shimoda at julie.m.shimoda.civ@us.navy.mil or 808-474-9841 for further information.
    Elevator Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for elevator maintenance services at Barksdale Air Force Base in Louisiana. The contract, designated as a total small business set-aside, aims to ensure the safe and continuous operation of vertical transportation equipment, including elevators, escalators, and lifts, with a performance period from October 1, 2024, to September 30, 2025. This procurement emphasizes compliance with federal acquisition regulations and labor standards, with a total award amount of $22 million. Interested parties must submit their proposals electronically by 12:00 PM CST on September 11, 2024, and may contact Quaya Ervin at ruquayyah.ervin@us.af.mil for further information.
    PNQS 18-9959 Replace Elevators B841, B889, and B1143 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of elevators B841, B889, and B1143 at Maxwell Air Force Base in Montgomery, Alabama. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated cost ranging from $250,000 to $500,000, and a completion timeline of 180 calendar days following the notice to proceed. This initiative is part of the government's efforts to modernize military facilities and ensure compliance with federal contracting regulations, emphasizing the use of domestic materials. Interested contractors must submit their proposals by 12:00 PM on September 13, 2024, and can direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Eldrae A. Perdue at eldrae.perdue@maxwell.af.mil.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The procurement aims to ensure the safe and efficient operation of two types of elevators—geared traction and hydraulic—installed in 2009, requiring routine inspections, preventive maintenance, and repairs in accordance with manufacturer specifications. This contract, which spans from January 1, 2025, to December 31, 2029, emphasizes the importance of maintaining operational safety and compliance with federal regulations. Interested vendors must submit their proposals by October 1, 2024, and direct any inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    Vertical Lift Module at HILL AIR FORCE BASE, UTAH
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force's 309th Missile Maintenance Group, is seeking information from potential vendors regarding the procurement of a Vertical Lift Module (VLM) for Hill Air Force Base in Utah. The objective is to acquire a VLM that meets stringent performance, safety, and operational requirements, including compliance with safety regulations, electrical codes, and the use of commercially available components. This procurement is crucial for enhancing operational efficiency and storage capabilities within military installations. Interested parties must respond to the sources sought notice by September 19, 2024, providing detailed information about their capabilities, past performance, and business status, with inquiries directed to Tanner Nielsen at tanner.nielsen@us.af.mil or Randall Egbert at randall.egbert@us.af.mil.
    WSD CVD ELEVATOR MAINTENACE/SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified contractors for elevator maintenance and service at two locations: Coyote Valley Dam in Ukiah, CA, and Warm Springs Dam in Geyserville, CA. The procurement includes elevator inspections, testing, certification, preventive maintenance, repair, and emergency service calls, with the intent to award a Firm Fixed Price Contract for a base year and three one-year options. This contract is crucial for ensuring the operational reliability and safety of the elevators at these facilities, which are vital for infrastructure management. Interested parties must be registered in the System for Award Management (SAM) and monitor the sam.gov website for updates, with the solicitation expected to be published around September 16, 2024. For further inquiries, contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil.
    Elevator Maintenance Services, MA and RI
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking qualified contractors to provide Elevator Maintenance Services at various military facilities in Massachusetts and Rhode Island. The procurement aims to ensure that elevators are maintained in full compliance with local building codes and operational standards across six designated sites, including the CPL Gordon M. Craig USARC in Brockton, MA, and the SGT Michael F. Paranzino USARC in Newport, RI. This contract will be awarded as a firm-fixed-price agreement with a base period of 12 months and four optional 12-month extensions, emphasizing the importance of maintaining critical infrastructure for military operations. Interested vendors must register in the System for Award Management (SAM) and submit proposals by September 11, 2024, with inquiries directed to Nelia Shyshak at nelia.shyshak.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil.
    Elevator Maintenance B5 Region Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for elevator maintenance services at various military facilities in Pennsylvania under Solicitation W15QKN-24-Q-5144. The contract requires comprehensive maintenance, including monthly services and annual inspections, with a base period of 12 months and four optional 12-month extensions. This procurement is crucial for ensuring the operational integrity of elevators, which are vital for accessibility and functionality at military installations. Interested small businesses must submit their proposals by 2:00 PM on September 9, 2024, and can direct inquiries to Christopher Naylor at christopher.j.naylor.civ@army.mil or Christina M. Elardo at christina.m.elardo.civ@army.mil.