Elevator Maintenance & Related Services
ID: 47PF0024R0108Type: Presolicitation
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 8, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 8, 2024, 12:00 AM UTC
  3. 3
    Due Nov 22, 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
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for elevator inspections, maintenance, and repairs at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections on six elevators, ensuring compliance with safety and operational standards. This procurement is critical for maintaining the functionality and safety of essential infrastructure at federal facilities. Interested contractors must submit their proposals by April 24, 2025, at 5 PM Eastern Time, and can direct inquiries to Donald Richer at dricher@usbr.gov. The contract performance period is set from May 1, 2025, to April 30, 2030.
Base Ketchikan Monthly Elevator Service
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking proposals for monthly elevator maintenance services at Base Ketchikan in Alaska, with an additional site in Juneau. The contractor will be responsible for ensuring the safe and compliant operation of elevators, adhering to ANSI A17.1-2010/CSA B44-10 standards, and must provide all necessary tools and equipment for service, including comprehensive parts repair and replacement. This contract reflects the Coast Guard's commitment to maintaining safety and operational standards in federal facilities, with a base period from May 1, 2025, to March 31, 2026, and four optional extension periods through March 30, 2030. Interested contractors must submit their proposals by April 23, 2025, at 12:00 PM AKST, to Tyler Brady and Benjamin Reedy via email, including the required documentation and pricing information.
J036--Elevator Maintenance & Service RVAHCS Base 4
Buyer not available
The Department of Veterans Affairs is seeking a contractor for comprehensive elevator maintenance and service at the Roseburg VA Healthcare System. The contract encompasses full maintenance, repair, and inspection services, including emergency callback services, annual inspections, and preventive maintenance, ensuring compliance with safety codes and manufacturer guidelines. This procurement is critical for maintaining the operational reliability and safety of the elevator systems used by veterans and healthcare staff. The estimated total award amount is $12.5 million, covering a base year and four optional renewal years, with quotes due by April 25, 2025, at noon PST. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov for further details.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all management, tools, supplies, equipment, parts, and labor necessary to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure continuous and safe operation, adhering to established safety codes and standards. This procurement is critical for maintaining operational safety and efficiency of essential infrastructure at the military facility, with a contract period commencing on October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 24, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
J--Northern California Area Office (NCAO) Elevator Maintenance and Servicing (Base
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide maintenance and servicing for eight vertical lifts at the Northern California Area Office (NCAO) located in Shasta Lake, CA. The procurement aims to secure comprehensive elevator maintenance, including routine inspections, corrective actions, emergency responses, and the supply of necessary spare parts, all in accordance with established safety and regulatory guidelines. This contract is crucial for ensuring operational safety and efficiency within government facilities, with a performance period consisting of a base year and four optional annual extensions. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by May 1, 2025, at 1:00 PM Pacific Daylight Time to Erma Funtanilla at efuntanilla@usbr.gov.
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, through the U.S. Army, is seeking qualified 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 in Building 4500, ensuring operational efficiency and compliance with safety standards. This procurement is critical for maintaining the functionality of essential medical facilities, with an estimated total award amount of approximately $22 million, and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals electronically by adhering to the specified requirements, including participation in a mandatory site visit scheduled for April 29, 2025, and should contact Tesia Polk at tesia.l.polk.civ@army.mil for further details.
H--HD VISITOR CENTER MAIN ELEVATOR REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the repair of the main elevators at the HD Visitor Center located at Hoover Dam. This noncompetitive, sole source solicitation requires the contractor to address significant degradation issues in the elevators, particularly concerning the traction motor isolation pads and wire rope damages, in compliance with American Society of Mechanical Engineers (ASME) safety standards. The contract, which falls under NAICS code 238290 for Other Building Equipment Contractors, is anticipated to be awarded by May 2025, with proposals due by April 24, 2025. Interested contractors should contact Bryan Williamson at bwilliamson@usbr.gov or call 702-293-8452 for further details.
H335--Elevator Inspection
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to perform semi-annual elevator inspections and five-year testing at the Salem VA Medical Center. The contract, valued at approximately $11.5 million over one base year and four option years, requires the contractor to inspect 29 vertical transport devices, ensuring compliance with ASME standards and providing all necessary tools, labor, and materials. This procurement is crucial for maintaining safety and operational efficiency in the facility's elevator systems, with inspections scheduled for February and September, and five-year testing planned for June 2026. Interested bidders should note that the deadline for technical questions is April 18, 2025, and quotes must be submitted by April 22, 2025; for further inquiries, contact Satasha E Stewart at Satasha.Stewart@va.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.