USAFA-Vertical Transportation Equipment_IDIQ
ID: FA700025Q0006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the United States Air Force Academy, is soliciting proposals for Vertical Transportation Equipment Maintenance Services. This procurement aims to ensure the proper maintenance and operation of vertical transportation systems at the Academy, which is critical for the safety and efficiency of personnel and operations on the premises. Interested contractors should note that the solicitation falls under the NAICS code 238290, focusing on Other Building Equipment Contractors, and the PSC code J059, which pertains to maintenance and repair of electrical and electronic equipment components. For further inquiries, potential bidders can contact Cierra Fitzgerald at cierra.fitzgerald.1@us.af.mil or by phone at 719-216-3664.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) from the United States Air Force Academy details the requirements for contracts regarding the maintenance, repair, and inspection of Vertical Transportation Equipment (VTE). Contractors are responsible for comprehensive management, including tools, parts, and labor, to ensure the continuous and safe operation of VTE such as elevators and escalators. The PWS specifies full maintenance, excluding certain services like alterations and routine cleaning. It outlines procedures for routine and emergency repair service calls, emphasizing strict response times and quality assurance measures in line with ASME standards. Performance metrics include VTE availability, response times, and the quality of repairs, with clear expectations for compliance and reporting. The document also describes security protocols, environmental controls, and the responsibilities of the contractor, including adherence to safety regulations and documentation. Overall, this PWS emphasizes the importance of reliable service delivery and safety standards in maintaining vital transportation systems within the Academy facilities, aligning with federal and state regulatory requirements.
    The document outlines a series of federal and state Requests for Proposals (RFPs) and grants that focus on various governmental projects. It highlights the need for compliance with regulatory standards, efficient resource allocation, and innovative solutions to community challenges. Key areas of interest include infrastructure improvements, health services, environmental sustainability, and public safety enhancements. Additionally, the document emphasizes the importance of structured funding applications, the necessity for collaborations among local entities, and adherence to deadlines. It serves as a comprehensive guide for potential bidders to understand the expectations and requirements for eligibility in receiving governmental support. By providing detailed project descriptions and funding stipulations, this document ultimately seeks to engage a broad range of stakeholders, encouraging them to contribute valuable proposals that align with governmental priorities and serve public interests effectively.
    The U.S. Air Force Academy (USAFA) has issued a memorandum announcing a site visit for the Request for Quote (RFQ) related to Vertical Transportation Equipment (VTE) with Solicitation Number FA700025Q0006. The site visit is set for February 6, 2025, and interested parties must arrive at the USAFA South Gate for check-in by 8:30 A.M. MST. Transportation will be provided by the government, and attendees are not permitted to drive their own vehicles. Each company is limited to two representatives, who must register by providing specific personal information no later than February 4, 2025, at noon. It is emphasized that the information shared during the site visit does not modify the solicitation terms unless documented in an official amendment. Questions can be directed to the appropriate contacts listed in the memorandum. This site visit is a critical step in the procurement process for VTE, aimed at ensuring compliance and thorough understanding of requirements among potential vendors.
    The 10th Contracting Squadron at the United States Air Force Academy (USAFA) is seeking information from potential providers of Vertical Transportation Equipment (VTE) Maintenance Services. This sources sought notice is a preliminary market research initiative and does not constitute a request for proposals. The main focus is on maintaining, repairing, and potentially modernizing existing VTE, including elevators and escalators, ensuring safe operational compliance with manufacturer standards. The anticipated procurement falls under a small business set-aside, with an NAICS code of 238290. Interested vendors are invited to submit their qualifications, including company details, business certifications, prior experience, and estimated pricing, by November 5, 2024. Additionally, feedback on the appropriateness of the NAICS code and any potential competition limitations is encouraged. This document serves as part of the government’s efforts to gather market insights prior to issuing a formal solicitation, with all responses being voluntary and not compensated. The points of contact for inquiries are provided, emphasizing the necessity of registration in the System for Award Management (SAM) before any award is granted.
    Similar Opportunities
    PKA VTE Repair
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotes for a Firm Fixed Price contract to provide Vertical Transportation Equipment (VTE) repair services. The procurement aims to ensure the maintenance and functionality of various VTE, including elevators and lifts, through both emergency and non-emergency repairs, with a performance period of 180 days post-award. This contract is crucial for maintaining operational capabilities within military facilities, emphasizing safety and compliance with industry standards. Interested small businesses must submit their quotations by February 17, 2025, and are encouraged to contact SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil for further inquiries.
    Maintenance and repair of elevators, dumbwaiters, material lifts and wheelchair lifts.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide maintenance and repair services for elevators, dumbwaiters, material lifts, and wheelchair lifts at Fort Liberty, North Carolina. The contract will encompass comprehensive maintenance tasks for over 208 pieces of equipment, including inspections, testing, and repairs, while ensuring compliance with federal, state, and local regulations. This procurement is critical for maintaining operational safety and efficiency across military facilities, and interested businesses are encouraged to submit capability statements detailing their qualifications and experience. For further inquiries, potential bidders can contact Quentin Williams at quentin.williams.civ@mail.mil or Jarvis Johnson at Jarvis.d.johnson23.civ@army.mil, with submissions due as part of the market research process.
    Z--Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan
    Buyer not available
    Presolicitation notice: DEPT OF DEFENSE is seeking Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan. This service is typically used for ensuring the proper functioning and safety of vertical transportation equipment such as elevators and escalators. The anticipated contract type is a fixed price, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. The contract period will be for a Basic Period of 12 months and four (4) one-year Option Periods with a planned start date of 01 OCT 2017. Local sources in Japan are eligible to submit proposals, and offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 29 JUN 2017, and interested contractors can access the solicitation from the Asia Navy Electronic Commerce Online (AsiaNECO) website. Interested firms are requested to provide capability statements including company information and contact details. This notice does not constitute a commitment by the Government, and the point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil, or Ms. Soledad Credo, Contracting Officer at telephone 046-816-7076, email: soledad.credo@fe.navy.mil.
    Vertical Transportation Equipment (VTE) Maintenance Services for Naval Station Great Lakes, IL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois. The anticipated contract will be a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, lasting up to 60 months, and requires contractors to deliver all necessary labor, management, supervision, tools, materials, and equipment for VTE maintenance, including diagnostic, troubleshooting, repair, and minor construction services. Interested parties must submit a capabilities package demonstrating relevant experience and qualifications, with a minimum yearly contract value of $250,000 for similar services, by 2:00 PM Eastern Standard Time on February 7, 2025. For further inquiries, contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Fort Eustis Base Maintenance Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fort Eustis Base Maintenance Contract, aimed at providing comprehensive facilities support services at Joint Base Langley-Eustis, VA. The contractor will be responsible for a range of tasks including building and structure maintenance, utility systems operation and maintenance, HVAC systems maintenance, dining facility upkeep, and pest control, along with all necessary planning and management activities. This contract is crucial for ensuring the operational efficiency and upkeep of base facilities, thereby supporting overall military readiness. Interested parties should contact Matthew Gregg at matthew.gregg.3@us.af.mil or 757-764-9059, or Vanity Wright at vanity.wright@us.af.mil or 757-564-0504 for further details regarding the 8(a) set-aside solicitation.
    39--ELEVATOR,FREIGHT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a freight elevator, specifically NSN 3960012777589. The requirement includes the delivery of one unit to the USS Wasp LHD 1 within five days after the order is placed, with the approved source being 12190 PF43100-500. This procurement is crucial for ensuring the operational capabilities of military vessels, as freight elevators play a vital role in the efficient movement of supplies and equipment onboard. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Forklift Maintenance Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Forklift Maintenance Services. The objective of this procurement is to ensure the proper maintenance and repair of forklifts, which are critical for operational efficiency within the department. This service falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment. Interested vendors should submit their proposals by February 28, 2025, at 1 PM, and direct any questions to Keisha Simmons at keisha.l.simmons.civ@mail.mil or by phone at 703-545-1943, with questions due by February 10, 2025, at 1 PM.
    MTE Elevator Maintenance Service
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking quotes for Elevator Maintenance Services at the Mt. Elbert Pumped Storage Powerplant in Twin Lakes, Colorado. The contract will cover both Preventative Maintenance (PM) and Corrective Maintenance (CM) for two passenger elevators, which are essential for operational efficiency and safety at the facility. The maintenance program includes quarterly inspections, annual load tests, and compliance with federal and state regulations, with the contract period running from May 15, 2025, to May 14, 2030, and options for renewal. Interested small businesses must submit their electronic quotations by February 27, 2025, and direct any inquiries to Monte Baird at MBaird@usbr.gov or by phone at 406-247-7805.
    Skyjack Electric Lift Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, CA, is seeking sources for the procurement of four Skyjack SJ3219 Electric Scissor Lifts to enhance maintenance efficiency. These lifts are essential for tasks such as flight control lubrications, replacing less efficient manual stands currently in use, and must comply with OSHA and ANSI standards, featuring a 500 lbs. capacity and necessary safety features. Interested vendors are invited to demonstrate their capabilities in providing this equipment, which must be delivered within 30 days post-contract award, and responses are due by February 12, 2025. For further inquiries, potential suppliers can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Ms. Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
    Didsbury Hoist Maintenance - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking authorized businesses to provide annual reconditioning and re-certification services for 25 Didsbury Pod hoist units at Fairchild Air Force Base in Washington. The procurement aims to ensure the safe operation of these hoists through comprehensive inspections, load testing, and necessary repairs, adhering to military regulations and technical guidelines outlined in the attached draft Statement of Work. This opportunity is critical for maintaining operational efficiency and safety standards for lifting systems used by the military. Interested parties must submit their capability statements by February 18, 2025, at 10:00 AM Pacific Time, and can contact Yuying Wang or Kathleen L. Rauch for further information.