Elevator Repair Services
ID: FA481425TF001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

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

    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.

    Files
    Title
    Posted
    The document appears to be a comprehensive floor plan proposal related to a multi-level facility, likely intended for lodging services, as indicated by frequent mentions of "guest rooms," "suites," and "housekeeping." The first through fifth floor plans showcase detailed layouts of rooms, corridors, mechanical spaces, and administrative areas, emphasizing accessibility features and service purposes such as laundries and vending areas. Each floor is specified in terms of scale and includes various labeled areas, suggesting a structured approach to building design that adheres to specific regulations or guidelines. The mention of different wings (A, B, C) indicates a segmented facility that serves diverse operational needs. The plan is complemented by electrical installations and janitorial support sections, ensuring effective facility management. Overall, the purpose of this document likely aligns with government RFPs focused on creating or renovating public service lodging facilities, with a strong emphasis on functional design, safety standards, and compliance with applicable regulations, aimed at optimizing both guest and staff experiences within the structure.
    MacDill Air Force Base issued a Sources Sought notice to identify potential small businesses capable of providing elevator repair services, as part of a program aimed at small business set-asides. The RFQ number is FA481425TF001. The NAICS Code proposed for this requirement is 238290, with a size standard of $22 million. Interested parties are asked to submit a capabilities package that includes business size, status, any teaming arrangements, and descriptions of prior similar services. Responses should clearly indicate whether the respondent is a supplier or manufacturer, as well as any foreign ownership or use of foreign employees. Responses are required to detail collaboration between prime contractors and teaming partners. All contractors must be registered in the System for Award Management (SAM). Responses must be submitted electronically by October 7, 2024, at 10:00 AM EST, to specified email addresses. Further updates regarding the acquisition will be issued via GSA or SAM.gov. This notice serves as a market research tool and does not guarantee a contract, focusing on gathering information about potential sources for this project.
    The Statement of Work (SOW) outlines the requirements for the repair of Service Elevator Car #4 at MacDill Air Force Base, Florida. The contractor is responsible for providing all necessary tools, labor, and materials to complete the work while adhering to relevant federal, state, and local regulations. Key tasks include replacing various elevator components, ensuring safe operation, and removing debris upon service completion. The contractor must manage hazardous materials according to regulatory guidelines, particularly concerning asbestos handling. The document details the provision of utilities, hours of operation, safety requirements, and obligations for contractor personnel, including the need for proper identification and attire. A contract manager must oversee project execution and certifications for welding and electrical work are required for personnel involved. Additionally, the contractor is responsible for site security, ensuring the protection of government property and the management of access to work areas. The entire repair project must be completed within 90 days following the award of the contract. This SOW serves as a comprehensive framework for maintaining safety, regulatory compliance, and operational efficiency during the elevator repair.
    Lifecycle
    Title
    Type
    Elevator Repair Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    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 Services at Caven Point Marine Terminal
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator maintenance services at the Caven Point Marine Terminal in Jersey City, New Jersey. The procurement involves comprehensive maintenance tasks, including annual and semi-annual inspections, emergency services, and adherence to manufacturer recommendations and New Jersey state regulations for a Schindler 330A Hydraulic Elevator. This contract, identified by solicitation number W912DS24Q0029, emphasizes performance-based fixed-price tasks and includes options for additional years of maintenance, ensuring compliance with federal wage determinations and worker benefits. Proposals are due by October 3, 2024, at 2:00 PM, and interested parties can 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.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of 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, in compliance with established safety standards and regulations. This procurement is critical as it supports the mission-essential functions of JBLM, ensuring operational efficiency and safety for military personnel and facilities. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    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.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov 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 routine and non-routine elevator maintenance services for three elevators at their District Headquarters located in Walla Walla, Washington. The procurement involves a hybrid contract structure that includes both firm fixed price (FFP) and time and materials (T&M) components, with a focus on ensuring compliance with relevant elevator standards and maintaining safe operations. Interested contractors are required to participate in a site visit to discuss safety compliance and project execution, and must submit inquiries through a designated Bidder Inquiry website prior to the submission deadline. For further details, contractors can contact Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449.
    Firm Fixed Price (FFP), Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems in the U.S. Commander Fleet Activities Yokosuka (CFAY), Kanto Plain Area Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors to provide a Firm Fixed Price (FFP) contract for a Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement aims to ensure the maintenance, inspection, testing, and certification of VTE systems, requiring contractors to furnish all necessary labor, management, tools, and materials, with work performed by personnel certified by the original equipment manufacturer (OEM). This initiative is critical for maintaining operational efficiency and safety within the CFAY base and its outlying areas. Interested contractors must submit their responses, including qualifications and relevant experience, by 10:30 AM Japan Standard Time on October 1, 2024, to Ms. Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil, as no phone calls or facsimiles will be accepted.