Elevator Maintenance, ATL ATCT, Atlanta, GA
ID: 697DCK-24-R-00400Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATIONFAA SOUTHERN REGIONCOLLEGE PARK, GA, 30337, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for elevator maintenance services at the Atlanta Air Traffic Control Tower (ATL ATCT) in Georgia. The contract requires the selected contractor to provide comprehensive maintenance for four elevators, ensuring a minimum operational availability of 97% and limiting unscheduled outages to four per year, in compliance with ASME A17.1 standards. This maintenance is critical for the operational efficiency and safety of the FAA's infrastructure, supporting air traffic control functions. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with the contract period set from April 1, 2025, to March 31, 2030. For further inquiries, potential bidders can contact Veronica L. Ransom at Veronica.L.Ransom@faa.gov or Jennifer J. Davis at Jennifer.J.Davis@faa.gov.

    Point(s) of Contact
    Veronica L. Ransom
    Veronica.L.Ransom@faa.gov
    Jennifer J. Davis
    Jennifer.J.Davis@faa.gov
    Files
    Title
    Posted
    The document is a Customer Satisfaction Survey (CSS) from the Federal Aviation Administration (FAA) aimed at collecting feedback on a contractor’s performance as part of an evaluation process for a proposal. The contractor named in the survey has listed the recipient as a customer reference, underscoring the importance of this feedback for assessing performance history. The survey seeks ratings on overall service satisfaction, response time to needs or complaints, problem-solving abilities of operations management, and the performance of on-site employees. Ratings are on a scale from 1 (Unacceptable) to 5 (Excellent), supplemented by spaces for additional comments. Responses are requested by March 20, 2025, at 5 PM ET. The form concludes with a request for submission via email to a designated FAA contact. This survey reflects typical practices in federal RFP evaluation, emphasizing the significance of stakeholder input in determining contractor effectiveness and operational quality.
    The document outlines an amendment and modification for the contract regarding Elevator Maintenance at the Atlanta Air Traffic Control Tower (ATL ATCT), managed by the Federal Aviation Administration (FAA). The modification indicates that responses to questions raised during the solicitation and site visit are now posted publicly, with the original contract period set from April 1, 2025, to March 31, 2026. Previous contractor Premier Elevator Company, Inc. held a contract valued at $158,004.00 for five years. The bidding process allows pricing to be determined through competitive offers, with the government aiming to award the contract to the lowest priced, technically acceptable proposal. There are no reported performance issues with the incumbent contractor, which may reflect positively on the stability and reliability of the service. The document stresses the importance of acknowledging the amendment for continued participation in the bidding process.
    The document is an amendment to a solicitation regarding Elevator Maintenance for the Atlanta Air Traffic Control Tower, issued by the Federal Aviation Administration (FAA). The amendment serves primarily to publish the site visit sign-in sheet, with no other changes made to the original solicitation. Contractors must acknowledge receipt of this amendment before the deadline to ensure their offers are considered. The contract is expected to be in effect from April 1, 2025, to March 31, 2026, and the amendment is coordinated by Contracting Officer Veronica L. Ransom. The document emphasizes the importance of following protocols related to the offer submission process and stipulates that all previously established terms and conditions remain unchanged apart from this amendment. Such modifications are common in government RFPs and contracts to clarify project specifications and enhance communication between the contracting agency and potential contractors.
    The document is a government Request for Proposal (RFP) issued by the Federal Aviation Administration (FAA) for elevator maintenance services at the Atlanta Air Traffic Control Tower. The solicitation outlines requirements for contractors to provide personnel, equipment, and oversight necessary for stated services, starting from April 1, 2025, to March 31, 2030, including several option years for potential extension. Key components of the contract include adherence to the Service Contract Act, a detailed scope of work, mandatory pricing structure, and specific insurance requirements. Contractors must register in the System for Award Management (SAM) prior to contract award and are subject to compliance with various federal regulations, including prohibitions against using certain software and technologies. The RFP further emphasizes the importance of proper responses to any project inquiries by set deadlines and identifies the designated FAA representative for communications. This solicitation demonstrates the FAA's focus on procurement transparency, regulatory compliance, and maintaining critical infrastructure functionality through contracted services. Overall, it aims to attract qualified vendors while ensuring best practices in governance and contract management.
    The Performance Work Statement by the Federal Aviation Administration outlines the requirements for a comprehensive full-service elevator maintenance program at the Atlanta facility. The contractor must deliver all necessary materials and labor for the upkeep of four elevators, achieving a minimum operational availability of 97% and limiting unscheduled outages to four annually. Maintenance must comply with ASME A17.1 standards, with inspections and tests required to ensure safety and functionality. Key responsibilities include providing qualified personnel, adhering to federal holidays and FAA moratorium periods for maintenance scheduling, and maintaining clear communication with FAA representatives. The contractor is tasked with emergency response services and is accountable for all repairs, with a focus on keeping extensive documentation. The agreement excludes damages caused by vandalism or misuse and mandates regular assessments to ensure compliance with safety and operational standards. The contractor is responsible for all expenses related to the performance of their duties, ensuring a reliable and safe elevator operation in support of FAA objectives.
    The document is an analysis of various federal and state funding opportunities, particularly focusing on Requests for Proposals (RFPs) and federal grants. It highlights the structure of such grants and RFPs and underscores the significance of these funding sources for government projects and initiatives. The key ideas include the diverse categories of funding available, the eligibility criteria for applicants, the application processes, and the critical timelines associated with each funding opportunity. Additionally, the document emphasizes the importance of compliance with governmental regulations and guidelines throughout the application and implementation processes. Moreover, the document outlines the roles of state and local governments in managing these funding programs, as well as collaborations between different government entities and stakeholders. The purpose is to inform potential applicants about the landscape of government funding, helping them navigate the complexities associated with securing financial resources for public projects. It serves as a guide for understanding how these mechanisms operate to promote community development through structured funding initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    *IIJA* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract focused on corrosion control at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is critical for maintaining the integrity and safety of the facility, with a budget estimated between $50,000 and $100,000. Interested contractors must submit their proposals by March 14, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems and HVAC units, while ensuring minimal disruption to FAA operations and adherence to strict safety and environmental standards. The contract, estimated to be valued between $1 million and $5 million, is set aside for small businesses under the SBA guidelines, with proposals due by March 7, 2025, following a mandatory site visit on February 5, 2025. Interested contractors should contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196 for further details.
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is seeking contractors for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while ensuring compliance with federal, state, and local safety regulations. This initiative is part of a broader commitment to enhance security and operational efficiency at the ATCT, funded by the Infrastructure Investment and Jobs Act. Interested contractors must submit sealed offers addressing all specified work, with a requirement to commence within five days of receiving the notice to proceed and complete the project within the designated timeline. For further inquiries, potential bidders can contact Angela Layman at angela.layman@faa.gov.
    Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the exterior stair system at the Salt Lake City Air Route Traffic Control Center. This design-build project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to International Building Codes and safety standards. The project is categorized as a total small business set-aside under NAICS Code 236210, with an estimated contract value between $50,000 and $100,000. Proposals are due by April 4, 2025, and interested contractors must register with SAM and attend a pre-construction site visit on March 11, 2025. For further inquiries, contractors can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    ATLANTA (ZTL) NADIN BLDG , LED Lighting System Upgrade - IIJA JCN: 24003995
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the LED Lighting System Upgrade at the ZTL NADIN Building located in Hampton, Georgia. The project aims to retrofit existing fluorescent lighting systems with energy-efficient LED fixtures, enhancing safety and compliance with environmental standards while minimizing disruption to the FAA's 24/7 operations. This total small business set-aside contract, estimated between $25,000 and $50,000, requires contractors to be registered in the System for Award Management (SAM) and adhere to specific safety and performance guidelines. Interested bidders must attend a site visit on February 25, 2025, and submit their proposals by March 14, 2025; for further inquiries, they can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    Janitorial Service Philadelphia Air Traffic Control Tower
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Philadelphia Air Traffic Control Tower and associated facilities. The contract, which spans from May 1, 2025, to April 30, 2030, includes comprehensive cleaning requirements for various operational areas, ensuring compliance with safety and quality standards. This procurement is crucial for maintaining a clean and hygienic environment in a facility that operates 24/7, reflecting the government's commitment to operational efficiency and safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, adhering to all specified requirements, with inquiries directed to Jennifer Walker-Gomez at Jennifer.Walker-Gomez@faa.gov or Josh Haker at Josh.Haker@faa.gov.
    *IIJA* ZTL Sewer Lines Refurbishment
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment of sewer lines at the ZTL Automation Basement in Hampton, Georgia. The project involves replacing approximately 75 feet of a cracked 4-inch sanitary sewer pipe to address sewage odor issues, requiring careful planning and coordination with FAA representatives to minimize disruption to facility operations. This procurement is part of a Total Small Business Set-Aside initiative, with an estimated contract value under $50,000, and proposals must be submitted by March 14, 2025, at 5:00 PM CT. Interested contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739 for further details.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement includes comprehensive maintenance, repair, and inspection of vertical transportation equipment, ensuring compliance with ASME and OSHA standards, and requires the development of a Maintenance Control Program. This contract is critical for maintaining operational safety and efficiency of the base's elevator systems, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotations by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz or Jaclyn Fish via their provided email addresses.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two locations in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and safety regulations. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit their sealed bids by the deadline of March 17, 2025, with an estimated project budget between $1 million and $2 million. For further inquiries, contact Josh Huckeby at joshua.d.huckeby@faa.gov.