Elevator Maintenance & Related Services
ID: 47PF0024R0108Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 ACQUISITION MANAGEMENT DIVISIONCHICAGO, IL, 60604, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
  1. 1
    Posted Oct 23, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 17, 2024, 12:00 AM UTC
  3. 3
    Due Dec 19, 2024, 2:00 PM UTC
Description

The General Services Administration (GSA) is soliciting proposals for elevator maintenance and related services at the Rosa Parks Federal Building and Parking Garage in Detroit, Michigan, under the Request for Proposal (RFP) number 47PF0024R0108. The contractor will be responsible for providing comprehensive elevator maintenance services, ensuring compliance with ASME Safety Code requirements and maintaining all elevator systems in operational condition, including preventive maintenance, repairs, and emergency services. This contract is crucial for ensuring the safety and reliability of elevator operations within federal facilities, with the initial contract period set from April 1, 2025, to March 31, 2030, and options for extensions. Interested contractors must submit their proposals by December 19, 2024, and can direct inquiries to Kelley Ann Walsh at kelley.walsh@gsa.gov or Ronald P Sieben at ronald.sieben@gsa.gov.

Point(s) of Contact
Files
Title
Posted
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
Dec 17, 2024, 5:04 PM UTC
The U.S. General Services Administration is soliciting proposals for elevator maintenance and related services at the Rosa Parks (985) Federal Building and Parking Garage in Detroit, MI, under the Request for Proposal (RFP) number 47PF0024R0108. The contract covers a period from April 1, 2025, to March 31, 2030, with an option to extend for an additional six months. Proposals are due by November 22, 2024, at 9:00 AM ET. Contractors must provide a Maintenance Control Program, comply with ASME safety codes, and maintain all elevator systems with a focus on uninterrupted service. The current contractor is Kone, Inc., with a monthly fee of $16,559.02. Offerors must confirm their qualifications for personnel, ensure insurance coverage, and demonstrate commitment to small businesses through subcontracting plans. A pre-proposal conference is scheduled for November 13, 2024, allowing potential bidders to inspect the site. The document includes terms and clauses pertinent to contract compliance, such as safety timing, environmental considerations, and quality control requirements, reflecting GSA's mission to ensure efficient operation and maintenance standards.
Dec 17, 2024, 5:04 PM UTC
The Elevator Maintenance and Related Services Quality Assurance Surveillance Plan (QASP) establishes procedures for monitoring contractor performance across multiple locations. Effective starting November 1, 2023, this mandatory template outlines roles, responsibilities, and methodologies to ensure compliance with federal standards. Key components include a performance management approach focusing on the contractor's quality and a comprehensive documentation strategy. The QASP delineates interactions between the Contracting Officer (CO) and the Contracting Officer's Representative (COR), detailing their surveillance responsibilities and responses to performance failures. Various performance monitoring methods—such as scheduled inspections and customer feedback—will be employed to verify adherence to established quality levels. Acceptable quality levels (AQLs) derived from the Performance Requirements Summary guide performance evaluation and corrective actions. Regular updates to the QASP and adherence to documentation processes are crucial for contractual compliance, with all revisions filed in the EASi system. Additionally, stakeholder contributions and a focus on continuous improvement foster an environment of accountability, ensuring that escalator services meet safety standards and operational requirements effectively. The plan ultimately underpins organizational goals of safety, reliability, and customer satisfaction within government-operated facilities.
Dec 17, 2024, 5:04 PM UTC
The document outlines the cost proposal format for contractor services related to Elevator Maintenance and Related Services for the period from April 1, 2025, to March 31, 2026. It is structured into three main sections: Direct Labor Costs, Other Direct Costs, and Indirect Costs. In Section I, the proposal details the calculation of direct labor costs by enumerating various labor categories (Journeyman, Mechanic Helper, Supervisor) and their associated manhours and hourly rates. It also includes provisions for vacation, paid sick leave, and holidays. Additionally, it outlines fringe benefits like health and welfare, workman's compensation, and unemployment taxes. Section II pertains to Other Direct Costs, where contractors can specify percentages for materials, equipment, and subcontracts. Finally, Section III addresses Indirect Costs, including general and administrative expenses and profit margins. This format aims to ensure a comprehensive approach to cost estimation for government contracts, aligning with federal and local procurement standards. The structured layout allows for clarity in presenting financial proposals, essential for bid submissions in government RFPs and grants.
Dec 17, 2024, 5:04 PM UTC
The "Model Individual Subcontracting Plan" outlines guidelines for preparing a subcontracting plan required by federal agencies, specifically for contracts exceeding certain thresholds. It emphasizes the necessity to include specific goals for subcontracting with small businesses (SBs) and socio-economic categories, covering the entire contract duration, including all options. Each plan must itemize subcontracting goals in terms of dollars and percentages for various business sizes. It mandates timeliness in payment to subcontractors and detailed reporting on subcontracting achievements through the government-wide Electronic Subcontracting Reporting System (eSRS). The document serves as a template for contractors to establish their commitment to maximizing opportunities for SBs while ensuring compliance with the regulations outlined in the Federal Acquisition Regulations (FAR). Key elements include market research to find suppliers, documenting subcontracting sources, developing measurable goals, and maintaining records. This structured approach ensures accountability and transparency, reinforcing federal goals to support small and diverse businesses in government contracting.
Dec 17, 2024, 5:04 PM UTC
The document is an Electric Traction Elevator Inspection Checklist, structured according to ASME A17.2 - 2014, specifically for the Great Lakes Region (Region 5) under the FMSP – Building Operations and Tenant Services. It details an extensive checklist for evaluating various elevator components, emphasizing safety and compliance. The checklist is divided into sections: Inside of the Car, Machine Room, Top of Car, Outside Hoistway, Pit, and Firefighters’ Service, with each section containing specific criteria labeled as OK (meets requirements), NG (not good), or NA (not applicable). Key inspection areas include door systems, emergency signals, machinery conditions, safety devices, and compliance with seismic standards. The checklist is designed for use during periodic inspections or specific Category Tests, helping ensure that elevators are safe for public use. It also requires documentation of the inspection date, building details, and inspector credentials, demonstrating strict adherence to safety codes. This systematic approach supports regulatory compliance while enhancing construction project safety protocols across various governmental facilities.
Dec 17, 2024, 5:04 PM UTC
The document outlines the notification requirements for prospective contractors regarding the presence of asbestos-containing materials (ACM) in the Federal Building (MI0800DF). As mandated by federal regulations, building owners must disclose the type, location, and quantity of ACM to ensure contractors are informed of potential hazards. Specifically, the document identifies vibration cloth as the form of ACM found in the emergency generator room, specifying two gaskets. For further inquiries, the contact information of Contract Specialist Kelley Ann Walsh is provided. This disclosure is vital for maintaining safety and compliance during the bidding and contracting process.
Dec 17, 2024, 5:04 PM UTC
The document outlines Wage Determination No. 1997-0327, Revision No. 41, issued by the U.S. Department of Labor, which establishes minimum wage and fringe benefits for contracts subject to the Service Contract Act in Michigan. Effective January 30, 2022, covered contractors must pay a minimum hourly wage of at least $17.20, or a higher applicable rate, to all workers for work done in 2024. Previous contracts awarded between January 2015 and January 29, 2022, must adhere to a rate of at least $12.90. The determination also mandates compliance with Executive Order 13706, which requires federal contractors to provide paid sick leave. Fringe benefits include health and welfare contributions of $16.175 per hour, vacation pay based on years of service, eight paid holidays annually, pension contributions, educational fund payments, and additional retirement benefits. This comprehensive wage determination reflects federal efforts to ensure workers receive fair compensation and benefits under government contracting, reinforcing employee rights and protections within the state of Michigan.
Dec 17, 2024, 5:04 PM UTC
The GSA Great Lakes Region's Elevator Inspection Checklist serves to systematically evaluate the safety and functionality of elevators across federal buildings. The inspection focuses on several key areas: lobby and hallways, elevator car interiors, ride quality, machine rooms, and documentation. Inspectors assess the proper operation of indicators, buttons, and call systems, while ensuring entrances are accessible and free from hazards. Inside the elevator car, features such as door mechanisms, cleanliness, and the presence of the inspection certificate are examined. The machine room inspection includes checking ventilation, security of access, and maintenance of firefighting equipment. Documentation requirements include monthly reports, maintenance logs, and testing records, ensuring compliance with operational standards. This comprehensive checklist underscores the importance of regular inspections to maintain safety and operational efficiency in government buildings, aligning with federal regulations and best practices in facility management.
Dec 17, 2024, 5:04 PM UTC
The document provides essential information regarding elevator maintenance and operations for a government project, responding to inquiries made within a Request for Proposals (RFP). It outlines details related to elevator equipment, stating that comprehensive lists of makes and models are not available, and no unique features are present. Maintenance history reveals limited records over the past five years, indicating some recurring issues with indicator lights that will need to be repaired by the awarded contractor at no cost to the government. There are no restrictions on maintenance hours due to tenant activities. In case of after-hours emergencies, protocols involve a task order to handle urgent situations. Regarding new or modernized equipment, there is a 12-month warranty post-acceptance of construction, with awardees responsible for liaising with manufacturers for warranty claims. Overall, the document aims to inform potential contractors of responsibilities and procedures associated with maintaining elevator systems under the forthcoming contract.
Dec 17, 2024, 5:04 PM UTC
The government file provides details related to elevator equipment maintenance and emergency protocols as part of a solicitation process. It includes questions and answers about equipment specifics, maintenance history, and procedures during emergencies. Key points include the lack of comprehensive equipment lists, known issues with indicator lights, and no restrictions on maintenance schedules due to tenant activities. Emergency handling will follow established protocols with a blanket Task Order issued to contractors post-award. Additionally, modernized equipment will carry a 12-month warranty during which contractors are responsible for maintenance and warranty claims. The document emphasizes the responsibilities and expectations for bidders in adhering to the outlined maintenance and warranty terms while providing clarification on several provisions within the solicitation. Overall, this communication aims to ensure clarity and transparency in the contracting process for elevator maintenance services.
The government file details the Request for Proposals (RFP) for Elevator Maintenance and Related Services at the 985 Federal Building and Garage in Detroit, MI. Offerors must submit bids covering all specified locations to be eligible for contract award, which will be based on the most competitive aggregate pricing. The initial contract spans one year, starting approximately on April 1, 2025, with options to extend for up to four additional years and a potential six-month extension. The services required include preventive maintenance, repairs, testing, and emergency call-back services for various elevator types. Contractors are required to provide comprehensive pricing that covers normal and overtime work, including specified rates for emergency services outside regular hours. Furthermore, contractors must familiarize themselves with the existing building conditions prior to bidding. The document emphasizes the importance of providing all necessary management, labor, and materials for effective service delivery as per the outlined specifications and requirements. Attention to pricing adjustments in line with prevailing labor rates is necessary for contract renewal periods.
Oct 23, 2024, 10:14 PM UTC
The document outlines a government Request for Proposal (RFP) for elevator maintenance and related services at the 985 Federal Building and Garage in Detroit, MI. Offerors must submit proposals for all specified locations and must include prices for all four service periods to be eligible for the award. The contract term is one year, starting on April 1, 2025, with options to extend for up to four additional years. The selected contractor is responsible for providing comprehensive maintenance services, including emergency call-backs and overtime services, with costs factored in for normal and outside working hours. Offerors are encouraged to familiarize themselves with existing site conditions and to perform a thorough investigation prior to submitting proposals. Pricing must encompass all overhead and administrative costs, and the document specifies separate pricing categories for standard and additional services. The GSA Form 300 outlines the process for orders exceeding $2,500, emphasizing the government's rigor in contract compliance and service delivery standards. Overall, the document aims to secure qualified contractors to ensure effective elevator maintenance within the government's operational framework.
Dec 17, 2024, 5:04 PM UTC
This document outlines the requirements for a government Request for Proposal (RFP) regarding elevator maintenance and related services for the 985 Federal Building and its garage located in Detroit, MI. Offerors must submit comprehensive bids for all specified locations and pricing for the initial contract year, with options to extend the contract for up to four additional years. Pricing structures for standard and additional services, including emergency call-back services, must be provided according to specified guidelines. The contractor is responsible for overseeing all management and operational aspects while ensuring compliance with labor regulations and service standards. Notably, the bid must include detailed pricing for various service provisions, including preventive maintenance and emergency operations outside regular hours. Offerors are advised to conduct site inspections to understand existing conditions and contract requirements before submitting bids. The government prioritizes a comprehensive evaluation of offers for the best overall service cost across all locations, emphasizing that bids will be assessed based on specified criteria, including total evaluated price for standard and additional services over the entire contract period. This RFP illustrates the government's aim to ensure high-quality elevator services while adhering to federal contracting practices and labor standards.
Dec 17, 2024, 5:04 PM UTC
This amendment to a solicitation serves to extend the deadline for submitting offers from December 6, 2024, at 9:00 AM EST to December 16, 2024, at 9:00 AM EST. It specifies that offerors must acknowledge receipt of the amendment by a designated method to avoid rejection of their offers. Changes to already submitted offers can be made via letters or electronic communication if received before the new deadline, referencing the relevant solicitation and amendment numbers. The amendment clarifies that the contractor is not required to sign and return copies of the amendment to the issuing office. All other terms and conditions of the original solicitation remain unchanged and enforceable. The document includes standard information regarding the contract ID, amendment number, effective date, and relevant codes, along with a description of the amendment's purpose. This amendment reflects the government's ongoing efforts to facilitate open competition in contract procurement while ensuring compliance with administrative procedures.
Dec 17, 2024, 5:04 PM UTC
This document is an amendment to a previously issued solicitation, primarily extending the due date for offers. The revised deadline is now set for December 6, 2024, at 9:00 AM EST, pushed from the initial date of November 22, 2024. The amendment highlights the importance of acknowledging receipt prior to the specified time to avoid the rejection of offers. It details acceptable methods for notification of receipt, which include completing certain items on the amendment form or sending electronic communication referencing the solicitation and amendment numbers. While the contractor is not required to return copies of the amendment signed, they are advised to reference it in any submitted modifications. The document also outlines procedural guidelines and definitions for amendments, modifications, and their effects on contracts, emphasizing that all other terms remain unchanged and in effect. This amendment is crucial for allowing potential contractors additional time to submit their offers and ensuring all parties are informed of the changes in the solicitation process.
Dec 17, 2024, 5:04 PM UTC
The document serves as an amendment and modification notice for a government solicitation, detailing the procedures for contractors to acknowledge the receipt of the amendment before the specified deadline. It emphasizes that failure to acknowledge may lead to the rejection of offers. Noteworthy changes include the correction of errors in the Electronic Section B that affected pricing calculations, with a commitment to update this on SAM.gov. The document clearly states the new deadline for offers has been adjusted from December 16, 2024, to December 19, 2024, while all other terms remain unchanged. The form includes sections that outline requirements for documenting contract modifications, authority for changes, and the need for acknowledgment from contractors. This amendment exemplifies the procedural rigor involved in federal procurement processes, ensuring transparency and clarity in communication between the government and contractors regarding submissions and modifications.
Dec 17, 2024, 5:04 PM UTC
This document outlines the procedures for acknowledging an amendment to a federal solicitation or contract. Offers must confirm receipt of the amendment by a specified deadline, through various methods, including returning specific items or via electronic communication referencing pertinent solicitation and amendment numbers. The amendment itself serves to provide an updated Electronic Section B, while the offer due date remains unchanged at December 19, 2024. The document is articulated in a structured format, guiding the contracting officer and contractor through required actions, including details regarding the modification of contract terms, project numbers, and administration. It emphasizes the unaltered status of all other solicitation terms and conditions and provides instructions for completing various items in the Standard Form 30. Overall, this amendment fosters clarity and compliance in government contracting processes, ensuring all participants are informed and adhere to necessary protocols.
Dec 17, 2024, 5:04 PM UTC
This document serves as Amendment 0001 to Solicitation 47PF0024R0108, related to Elevator Maintenance Services for the Rosa Parks Federal Building in Detroit, MI. It outlines critical changes and updates regarding the proposal submission process, including the acknowledgement of the amendment, the scheduling of a Preproposal Conference, and an updated submission timeline. The Preproposal Conference is set for November 13, 2024, with RSVP required by November 6, 2024. Additionally, the deadline for submitting questions is November 15, 2024, at 2:00 PM EST. The amendment also includes updates to wage rates for 2025 and specifies the process for contractors to signal their acknowledgment of the amendment without needing to return copies. Contact information for the contracting officers managing the solicitation is provided for further communication. The main purpose of the document is to ensure all parties are informed of the changes impacting the proposal submission and to facilitate clear communication between the government and potential contractors.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Base Ketchikan Monthly Elevator Service
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking a contractor to provide monthly elevator maintenance services at Base Ketchikan, Alaska, as well as for an additional site in Juneau. The contract requires adherence to ANSI A17.1-2010/CSA B44-10 standards, including comprehensive parts repair and replacement, maintaining a records management program, and conducting a 5-year load test within the first 60 days of service. This procurement is crucial for ensuring the safe and compliant operation of elevators in federal facilities, reflecting the Coast Guard's commitment to operational safety. Proposals are due by April 23, 2025, at 12:00 PM AKST, and interested parties should submit their quotes via email to the designated contacts, Tyler Brady and Benjamin Reedy, with the solicitation number included in the subject line.
SFO Grand Haven Elevator Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform elevator repairs at the Sector Field Office in Grand Haven, Michigan. The project involves replacing the safe edge on the elevator while ensuring minimal disruption to operations, requiring contractors to provide all necessary labor, materials, and supervision, as well as training for engineering personnel on elevator maintenance. This procurement is set aside for small businesses, with a firm fixed price purchase order anticipated, and interested vendors must register with the System for Award Management (SAM) and comply with federal wage determinations. Proposals must be submitted on business letterhead, detailing estimated materials, labor, and man-hours, with all inquiries directed to SKC Jordan Drew at jordan.g.drew@uscg.mil.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure safe and continuous operation, in accordance with the Performance Work Statement (PWS). This procurement is critical for maintaining operational safety and compliance with established safety codes, with a contract period starting from October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 22, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
Stertil_Koni Lift Systems
Buyer not available
The General Services Administration (GSA) is seeking quotes for the procurement of Stertil-Koni Lift Systems, specifically the Momar part number NS123271, through a Request for Quote (RFQ). Vendors must comply with administrative requirements, including registration with the OMS Vendor Portal or EDI, and must provide pricing on a FOB Destination basis along with their best delivery lead time. These lift systems are crucial for motor vehicle maintenance and repair operations, ensuring efficient service delivery within the Continental United States. Interested vendors should direct inquiries to Amanda Acosta at amanda.acosta@gsa.gov or call 737-352-0530, and must submit their quotes by the specified deadline to be considered for the award.
J039--Elevator Maintenance and Inspection Testing Services for the Grand Junction CO VA Medical Center
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Elevator Maintenance and Inspection Testing Services for the Grand Junction VA Medical Center in Colorado. The procurement involves a firm-fixed price contract that includes scheduled preventive maintenance, unscheduled repairs, and inspections in compliance with established safety standards, specifically ASME and NFPA codes. This contract is crucial for ensuring the operational reliability and safety of facilities serving the veteran community. Interested vendors must submit their proposals by April 24, 2025, with a mandatory site visit scheduled for April 16, 2025, to assess specific elevator maintenance needs. For further inquiries, vendors can contact Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
Moncrief Army Health Clinic (MAHC) Elevator Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking contractors to provide comprehensive elevator maintenance services for the Moncrief Army Health Clinic (MAHC) located at Fort Jackson, South Carolina. The contract entails the provision of all labor, materials, and equipment necessary for the maintenance of ten elevators within the facility, ensuring operational efficiency and compliance with safety standards. This maintenance is critical for the clinic's operations, as reliable elevator service is essential for patient and staff mobility within the medical facility. The total estimated funding for this contract is approximately $22 million, with a total small business set-aside, and interested parties must submit their proposals electronically by the specified deadlines, including participation in a mandatory site visit scheduled for April 29, 2025. For further inquiries, contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil.
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2351
Buyer not available
The General Services Administration (GSA) is seeking proposals to lease a warehouse space in Capitol Heights, Maryland, with a total area of 162,199 ABOA square feet. The leased facility must include at least four loading docks, dedicated HVAC for office areas, emergency power for server and vehicle operations, and sufficient aisle widths for forklift movement, along with 75 secured parking spaces for various government vehicles. This procurement is essential for meeting the operational needs of the U.S. Government while ensuring compliance with fire safety, seismic, and sustainability standards. Interested parties must submit their expressions of interest by April 14, 2025, with a market survey estimated for May 2025 and expected occupancy by October 2027. For further details, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
Brand Name Justification Notice
Buyer not available
The General Services Administration (GSA) is seeking to modernize the elevators at the Richard H. Chambers US Courthouse in Pasadena, California, through a Brand Name Justification Notice. This procurement aims to utilize specific brands of equipment to ensure compatibility, ease of maintenance, and cost-effectiveness, as previous experiences with non-specific equipment led to inflated operational costs and limited service provider options. The project is estimated to cost $3,800,000, and GSA plans to publicly announce the procurement to attract a wider range of suppliers while exploring opportunities for increased competition in future projects. For further inquiries, interested parties can contact Antonio Heredia at antonio.heredia@gsa.gov or Elizabeth Reyna at elizabeth.reyna@gsa.gov.
Masonry Restoration and Cornice Repointing
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for a masonry restoration and cornice repointing project at the Melvin Price Federal Building in East St. Louis, Illinois. The project involves the restoration of granite, limestone, and brick masonry, including repointing mortar, replacing deteriorated sealants, and repairing spalled granite, with an emphasis on preserving the building's historical integrity while ensuring compliance with modern safety standards. This initiative underscores the government's commitment to maintaining federal properties and enhancing their usability, with an estimated project value between $1 million and $2 million. Proposals are due by April 17, 2025, and interested contractors should contact Rhonda Booker at rhonda.booker@gsa.gov for further details.
Malmstrom AFB Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for Vertical Transportation Equipment (VTE) maintenance and repair services at Malmstrom Air Force Base in Montana. The objective is to identify responsible sources capable of providing comprehensive maintenance, inspections, and repairs for elevators and escalators, ensuring compliance with safety standards and regulations. This procurement is crucial for maintaining operational safety and efficiency at the base, with a focus on engaging small businesses, including those owned by veterans and women, to foster competitive bidding. Interested parties must submit their qualifications and any teaming arrangements by April 17, 2025, and can direct inquiries to Edsa L. Artates at edsa.artates.2@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.