Jemez Office Elevator Service - Santa Fe NF
ID: 127EAV24Q0089Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESouthwestern Regional Office, Region 3ALBUQUERQUE, NM, 87102, 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 Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide elevator service for the Jemez Office located within the Santa Fe National Forest in New Mexico. The procurement involves a firm-fixed-price contract for annual maintenance, repair, and emergency monitoring of a gearless traction elevator, which is crucial for ensuring safe and reliable operation following the expiration of its warranty. This opportunity emphasizes the importance of maintaining federal facilities' operational integrity and is set aside exclusively for small businesses under NAICS code 238290. Interested contractors must submit their proposals by September 12, 2024, via email to Fareedah Vaughn, with all submissions requiring compliance with specified regulations and the inclusion of all associated costs.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) for a service contract regarding the diagnosis, repair, and maintenance of a gearless traction elevator at the Jemez District Office of the Santa Fe National Forest in New Mexico. The contract will require vendors to provide all necessary labor, materials, and tools to ensure the elevator operates safely and reliably. The solicitation emphasizes that the acquisition is a total small business set-aside and outlines key evaluation factors, including past performance and technical capabilities. Offerors must submit technical and price proposals by September 12, 2024, to the designated email. The document also includes specific contract clauses and provisions based on the Federal Acquisition Regulation (FAR) and Department of Agriculture Acquisition Regulation (AGAR), including those related to insurance coverage and service contract labor standards. It aims to ensure compliance with legal requirements and facilitate smooth contract execution while promoting participation from small businesses in federal contracting opportunities.
    The document pertains to the Request for Proposal (RFP) 127EAV24Q0089, which is centered around the new contract for elevator services at the Jemez office. It clarifies that this contract is indeed new and was initiated due to the elevator, installed in mid-2022, ceasing operation after its warranty expired in fall 2023. The government confirms that there is no incumbent service provider and hence no prior contract number or value to provide. The inquiry outlines that the need is for annual servicing only, without any expectation for monthly maintenance. Overall, this document communicates the specifics surrounding the elevator service contract initiation, reinforcing that it is a fresh requirement rather than a continuation of an existing service agreement.
    The document outlines a Request for Proposals (RFP) for elevator services at the Jemez Office within the Santa Fe National Forest, scheduled from September 23 to November 30, 2024. It details the base contract requirements, including diagnosis, repair, a service agreement, and annual inspections, all listed as line items with a lump sum (LS) basis for quoting. Each subsequent option year (2 through 5) includes similar service agreements and inspections, indicating potential long-term engagement for the contractor. The contract will be a firm-fixed-price arrangement, and all quotes must encompass taxes, fees, labor, travel, and miscellaneous charges. Contractors are required to submit their bids, signed, via email by the specified deadline of September 13, 2024, at 5:00 PM EDT. This RFP showcases the government's intention to maintain and ensure elevator service reliability in federal facilities, emphasizing a structured and clear process for proposals while adhering to compliance and regulatory standards. The emphasis on an all-inclusive quote indicates the government’s approach to achieving budget certainty and preventing unforeseen costs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Elevator Maintenance Services - Region A3 (NH014, NH018, VT007, VT012)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking qualified contractors to provide Elevator Maintenance Services for multiple facilities in New Hampshire and Vermont under Solicitation W15QKN-24-R-5068. The contract entails a non-personal services agreement to ensure the operational efficiency and safety of elevators, requiring the contractor to supply all necessary personnel, equipment, and materials while adhering to local, state, and federal regulations. This initiative is crucial for maintaining the infrastructure of military facilities, emphasizing quality control and compliance with safety standards. Interested contractors must submit their quotes by September 24, 2024, at 2:00 PM EST, and should direct inquiries to James Clark at james.e.clark773.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil.
    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 requires comprehensive maintenance tasks, including annual and semi-annual inspections, emergency services, and adherence to the manufacturer's recommendations and New Jersey State regulations for a Schindler 330A Hydraulic Elevator. This procurement is crucial for ensuring the operational reliability and safety of the elevator systems at the terminal. Proposals are due by October 3, 2024, at 2:00 PM, and interested contractors should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or by phone at 917-790-8089 for further details.
    Supply & Install Vehicle Lift
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to supply and install a 30,000 lb., four-post vehicle lift at the Fremont-Winema National Forest Fleet Program facility in Lakeview, Oregon. This procurement aims to equip the newly relocated agency vehicle repair shop, which currently lacks this essential equipment, thereby enhancing the operational capabilities of the Forest Service fleet. The contractor must provide an ALI-certified lift that meets specific spatial constraints and handle all necessary permits and certifications, with a performance period from September 24, 2024, to December 31, 2024. Interested parties must submit their quotes and supporting documentation to the Contracting Officer, Chad Schmele, by 12:00 p.m. Pacific Time on September 23, 2024, via email at chad.schmele@usda.gov.
    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.
    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.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    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.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    GRD Janitorial Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified small businesses to provide janitorial services for multiple facilities within the Glacier Ranger District (GRD) in Girdwood, Alaska, under solicitation number 1240BF24Q0063. The contractor will be responsible for delivering comprehensive cleaning services, including standard, deep, and emergency cleaning, while ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining a clean and safe environment for both staff and the public, with a contract duration of five years and a total small business set-aside. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to primary contact Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or secondary contact Raymond Padgett III at raymond.padgett@usda.gov.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.