Elevator Maintenance
ID: FA462025RA904Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 5:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 9:04 PM UTC
This document is an amendment to the solicitation/modification of a contract (FA462025RA904) regarding maintenance services at Fairchild Air Force Base. The amendment, effective April 3, 2025, addresses questions from bidders regarding expectations for maintenance agreements, specifically for elevator servicing. The government mandates at least monthly inspections and allows contractors discretion to determine additional visits needed for safety compliance and performance. However, maintenance records are not being made available, although it is noted that the last annual inspections occurred in October 2024. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their proposals are compliant and considered. This document serves as clarification for potential contractors in the bidding process, ensuring transparent communication of project expectations.
Apr 3, 2025, 9:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a contractor providing maintenance, repair, and inspection services for vertical transportation equipment (VTE) at Fairchild Air Force Base, WA. The contractor is responsible for all necessary management, tools, supplies, and labor to ensure the safe operation of VTE, which includes elevators, escalators, and other related equipment. Key services covered by the contract include routine inspections, emergency repairs, and ongoing maintenance, all adhering to established safety codes and standards. However, certain services are excluded, such as alterations, damage from vandalism or negligence, and cosmetic maintenance. The contractor must submit an initial inspection report and develop an annual Maintenance Control Program (MCP) to identify maintenance activities. Response times are specified for routine and emergency service calls, with performance evaluations based on service availability and timely reporting. The document also emphasizes compliance with environmental standards and safety regulations. Additional requirements are outlined regarding contractor qualifications, security clearances, and hazardous materials management, ensuring that contracted services meet the necessary legal and operational standards. This comprehensive PWS illustrates the government's commitment to maintaining operational safety and regulatory compliance for VTE at FAFB.
Apr 3, 2025, 9:04 PM UTC
The document outlines the pricing details and requirements for Elevator Maintenance Services at Fairchild AFB, WA, over multiple contract periods: the Base Year, Option Year 1, Option Year 2, Option Year 3, and Option Year 4. Each year involves a series of Contract Line Item Numbers (CLINs) for monthly maintenance services, additional reimbursable services, and compliance inspections, including specified performance measures as per the Performance Work Statement (PWS). The service will encompass routine inspections, emergency repairs, and other related maintenance tasks, with the initial period commencing on October 1, 2025, through September 30, 2026, and extending through September 30, 2030, for subsequent years. The document emphasizes adherence to the American National Standards Institute A17.1 for elevator safety. It requests pricing for various service components and aggregates totals for each contract year, although specific unit prices and total evaluations are currently marked as $0.00. Overall, this RFP indicates a structured approach to ensuring ongoing elevator safety and operational efficiency at Fairchild AFB.
Apr 3, 2025, 9:04 PM UTC
The document FA462025RA904 contains the Wage Determination for contract FA462025RA904, pertaining to federal procurement processes. This attachment outlines wage rates for various labor classifications in compliance with federal laws. It includes guidelines for payment standards applicable under the Davis-Bacon Act, ensuring that contractors pay their workers no less than the specified wage rates for similar work in the locality. The wage determination covers different job titles and their corresponding pay scales, reflecting the responsibilities and expectations inherent to those positions. This document serves as a compliance tool for contractors involved in federal projects, aiming to uphold fair wage practices while detailing the necessary labor regulations for funded contracts. Overall, this wage determination is integral for promoting equity and accountability in federal contracting initiatives.
Apr 3, 2025, 9:04 PM UTC
The Fairchild AFB Contractor OPSEC Level 0 Measures outline critical operations security (OPSEC) protocols for contractors working at Fairchild Air Force Base (FAFB). The primary goal is to protect sensitive military information and operational indicators from unauthorized disclosure, safeguarding U.S. military missions from adversaries. Contractors must familiarize themselves with specific types of critical information, including current and future military operations, emergency response plans, and vulnerabilities in infrastructure. The document emphasizes the responsibility of contractors to maintain OPSEC, prohibiting public dissemination of sensitive information and requiring reporting of any unauthorized information solicitation as potential human intelligence (HUMINT) incidents. Key measures include avoiding the use of photographic or published content related to sensitive operations and adhering to a strict "need-to-know" principle when discussing operational details. Failure to comply with OPSEC measures may lead to disciplinary actions. By implementing OPSEC, the U.S. Air Force aims to mitigate risks to personnel safety and mission integrity by limiting adversaries' access to critical operational insights. This guidance is part of larger initiatives related to federal contracting and defense security efforts in various federal and state RFPs.
Apr 3, 2025, 9:04 PM UTC
The document outlines a Past Performance Questionnaire (PPQ) designed to evaluate the present and past performance of contractors providing Elevator Maintenance Services at Fairchild Air Force Base (AFB), Washington, under Solicitation No. FA462025RA904. It emphasizes the significance of feedback from respondents to assess the contractor's capabilities in fulfilling maintenance and operational requirements for elevators. Instructions for completing the questionnaire are clearly stated, requesting electronic or hand-written submissions to designated contacts by a specified deadline. The questionnaire includes sections for both contractor and respondent information, ratings across management and technical performance metrics, and details on corrective action history. Respondents are expected to rate performance on a scale from unsatisfactory to very good and provide additional remarks, particularly for less than satisfactory ratings. Ultimately, this assessment aims to inform decision-makers regarding contract awards and potential future engagements with the evaluated contractor, ensuring compliance with necessary procedures associated with federal contracts and local grants.
Apr 3, 2025, 9:04 PM UTC
The solicitation FA462025RA904 seeks proposals for elevator services at Fairchild AFB, Washington, as part of a combined synopsis/solicitation under the Department of Defense. This federal Request for Proposal (RFP) is exclusively aimed at small businesses and falls under NAICS code 811310 for Machinery Repair and Maintenance. Vendors must be registered in the System for Award Management (SAM) to be eligible for consideration, and failure to comply with specified requirements may lead to disqualification. Bids must include pricing for a base year and four option years, with a firm fixed price contract anticipated. The evaluation will prioritize price and past performance, considering recent and relevant contracts completed in the last three years. A site visit is scheduled to address queries, with proposals due by April 22, 2025. The government retains the right to cancel the RFP at any time, without financial obligations to vendors. This solicitation emphasizes adherence to specific instructions and submission guidelines, aiming to ensure market competitiveness while facilitating efficient evaluation and award processes.
Lifecycle
Title
Type
Elevator Maintenance
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FA462025R0002 - Renovate (RM) Building 2245/2248/2249
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of buildings 2245, 2248, and 2249 at Fairchild Air Force Base in Washington. The project aims to consolidate various user groups into a single facility, requiring comprehensive construction efforts including design-build, demolition, hazardous material abatement, and various utility and landscaping works. This opportunity is set aside for small businesses, with an estimated contract value between $25 million and $100 million, and a performance period of 910 calendar days divided into three phases. Interested contractors should prepare for a pre-proposal conference and ensure they are registered in the System for Award Management (SAM) before the anticipated RFP release on May 1, 2025, with proposals due by June 3, 2025. For further inquiries, contact Samantha Gorman at samantha.gorman@us.af.mil or Richard Hedrick at richard.hedrick.2@us.af.mil.
FY25 High Voltage Switch Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of a Cooper High Voltage Switch at Fairchild Air Force Base in North Lakewood, Washington. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to complete the repairs, which are critical for maintaining electrical infrastructure. This procurement is part of a total small business set-aside initiative, emphasizing the Air Force's commitment to engaging small businesses in essential maintenance services. Interested vendors must submit their quotes by April 8, 2025, with inquiries due by April 3, 2025; for further information, potential offerors can contact Ryan A. Moffett at ryan.moffett@us.af.mil or Brian M. Fernandez at brian.fernandez.5@us.af.mil.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the acquisition of a Vertical Lift Module (VLM) to be utilized at Hill Air Force Base, Utah, specifically for the 581st Missile Maintenance Squadron. The procurement aims to enhance operational efficiency by providing a robust storage and retrieval system for tools and components, ensuring compliance with safety and performance standards. The VLM must be designed for durability, maintainability, and operational readiness, with a service life of at least 20 years and adherence to various regulatory requirements. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. This opportunity is set aside for small businesses, with a total contract value structured across multiple payment phases based on performance milestones.
FA252125QB058 Replace Dock Leveler
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of hydraulic and manual dock levelers at Patrick Air Force Base in Florida. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to install one hydraulic dock leveler with a 20,000-pound capacity and one manual dock leveler with a 25,000-pound capacity, adhering to specified safety and engineering standards. This procurement is crucial for maintaining efficient logistics operations at the base, ensuring compliance with safety regulations, and enhancing operational capabilities. Interested small businesses must submit their bids by April 10, 2025, and can direct inquiries to Heather Hanks at heather.hanks.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement involves the design, fabrication, installation, and testing of a system that meets specific performance requirements, with a total of nine line items outlined in the solicitation. The project is critical for enhancing material handling capabilities at the base and is set aside exclusively for small businesses under NAICS code 333922. Proposals must be submitted by 4:00 PM EDT on April 25, 2025, with all inquiries directed to Andrew Petersen at andrew.petersen.3@us.af.mil. Interested parties are required to register for the solicitation and submit proposals through the Procurement Integrated Enterprise Environment (PIEE) platform.
Modular Vehicle Barrier System (Fairchild AFB)
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is seeking proposals for a Modular Vehicle Barrier System to be utilized at Fairchild Air Force Base in Washington. This procurement aims to enhance security and traffic control by replacing existing barriers with a modular system that allows for rapid deployment and improved manpower efficiency during emergencies. The system must meet specific salient characteristics, including compliance with safety standards, modular adaptability, and ease of use without tools, with delivery expected within 90 days of contract award. Interested small businesses must submit their quotes by April 16, 2025, at 10:00 AM PT, and can contact Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.
J039--442 - Elevator Maintenance Service -
Buyer not available
The Department of Veterans Affairs is seeking quotes for Elevator Maintenance Services under solicitation number 36C25925Q0346, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to ensure the proper maintenance and repair of elevators at the Cheyenne VA Health Care System, with a performance period from May 15, 2025, to May 14, 2026, and options for extension. This procurement is crucial for maintaining safe and efficient vertical transportation systems within veterans' healthcare facilities, emphasizing compliance with safety standards and best practices. Interested contractors must submit their proposals, including technical documentation and pricing, by April 22, 2025, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.
Annual Sunshades Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Annual Sunshade Maintenance services at Tyndall Air Force Base (AFB) in Florida. The procurement aims to ensure the safety and reliability of aircraft sunshades through routine inspections, preventive maintenance, and necessary repairs, as outlined in the Performance Work Statement (PWS). This maintenance is critical for maintaining operational readiness and compliance with safety and environmental regulations. Interested parties must submit their quotes by April 14, 2025, and direct any questions to A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil by April 7, 2025. The contract is set aside for small businesses under NAICS code 811310, with a minimum wage requirement of $17.75 per hour as per the Wage Determination No. 2015-4559.
*AMENDMENT 01* Replace Overhead Doors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of six overhead doors at Building 930, F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all labor, materials, equipment, and supervision necessary to demolish existing doors and install new insulated coiling doors, adhering to a detailed Statement of Work and environmental regulations. This project is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value between $100,000 and $250,000. Proposals are due by 11:00 AM MT on April 9, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.