Elevator Maintenance
ID: FA489725QC014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 FAS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement involves a firm fixed-price contract for comprehensive maintenance, repair, and inspection of vertical transportation equipment, including freight and passenger elevators and escalators, ensuring compliance with ASME and OSHA standards. This opportunity is crucial for maintaining operational safety and efficiency within the military installation, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotes by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz at andrew.portz@us.af.mil or Jaclyn Fish at jaclyn.fish@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire is a request for evaluation of contractors considered for Elevator Maintenance Services at Mountain Home Air Force Base, Idaho. Identified contacts are asked to complete and return the questionnaire directly to the specified Air Force points of contact, with the aim of assessing the contractor's past and present performance. The document outlines essential information for evaluation, including contractor details, project specifics, performance ratings, and descriptions of work performed. Performance ratings are categorized from "Exceptional" to "Unsatisfactory," based on adherence to contractual requirements, quality of work, scheduling, and management effectiveness. Respondents are prompted to provide detailed feedback on the contractor's work, including comments on quality, management, communication, regulatory compliance, and any performance issues. The responses will help inform source selection as part of the solicitation evaluation process, and additional comments or attachments may be included to enrich the evaluation. Overall, the questionnaire serves as a critical tool in ensuring contractors meet required standards and facilitate informed decision-making in government procurement.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance, repair, and inspection services of vertical transportation equipment (VTE) at Mountain Home Air Force Base (MHAFB), Idaho. The contractor is responsible for all aspects of VTE operation, which includes freight and passenger elevators and escalators, ensuring compliance with various ASME and OSHA standards. Excluded services such as alterations and cosmetic repairs are highlighted. Key responsibilities include developing a Maintenance Control Program (MCP), conducting routine and emergency repairs, and adhering to a strict timeline for service requests. The contractor must submit detailed reports on VTE conditions and undertake high-level inspections within specified timeframes. Performance will be evaluated against clear metrics, such as service availability and response times for routine and emergency calls. The document also details security requirements for contractor personnel, the necessity for adherence to state-specific laws including the Idaho Elevator Safety Code, and protocols for hazardous material management. Overall, this PWS sets forth a comprehensive framework designed to ensure the safe and effective operation of VTE within a federal military installation, aligning with government procurement guidelines.
    Mountain Home Air Force Base in Idaho has issued a Request for Quotation (RFQ) FA489725QC014 for elevator maintenance services, adhering to FAR Part 12.603. The solicitation is designed exclusively for small businesses, with a total small business set-aside, and the government seeks firm fixed-price contracts. Quotes are due by 10:00 AM MST on 27 February 2025. Offerors must submit their pricing and past performance evaluations, focusing on projects within the last five years that demonstrate relevant experience. The evaluation will consider pricing and past performance, prioritizing the latter. Award will go to the best value offer, valuing both price and quality of past work. The performance period spans from 17 April 2025 to 16 April 2030, including four option years. The document outlines specific submission instructions, communication guidelines, and the consequences of late submissions, emphasizing the importance of accuracy and compliance with all requirements. Additional attachments related to the scope of work and wage determinations are provided as part of the procurement process. The emphasis on past performance implies a strategic approach aimed at ensuring high-quality service delivery in federal contracts.
    The document outlines the Wage Determination No. 2015-5513 put forth by the U.S. Department of Labor under the Service Contract Act. It establishes the minimum wage rates and fringe benefit requirements for various occupations in Idaho's counties. Contracts awarded after January 30, 2022, necessitate payments of at least $17.75 per hour. For contracts between January 1, 2015, and January 29, 2022, the applicable minimum wage is $13.30 per hour. The document lists specific occupations and corresponding wages, including various clerical, automotive, and health-related positions, in detail. Additionally, it underscores the requirement for paid sick leave for federal contractors and stipulates workplace benefits, including health and welfare payments. It also addresses the conformance process for unlisted job classifications, ensuring compliance with wage determination standards. The overarching purpose of this document is to provide guidance on wage rates and conditions applicable to federal contracts, ensuring fair compensation and adherence to labor standards.
    Lifecycle
    Title
    Type
    Elevator Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting offers for elevator maintenance services at the Anniston Army Depot (ANAD) in Alabama. The procurement involves routine preventative maintenance for four elevators, including one passenger elevator and three additional models, over a base year with the possibility of four option years. This maintenance is crucial for ensuring the safety and reliability of elevator operations at the depot, adhering to the ASME Code A17.1 for safety inspections and certifications. Interested contractors must submit their proposals electronically by 10:00 AM on March 5, 2025, and can contact Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.
    J--MTE Elevator Maintenance Service
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals from small businesses for the MTE Elevator Maintenance Service at the Mount Elbert Pumped Storage Powerplant in Twin Lakes, Colorado. The contract requires comprehensive maintenance services, including quarterly preventative maintenance and corrective maintenance for two passenger elevators, with a performance period from May 15, 2025, to May 14, 2030, and options for renewal. This initiative is crucial for ensuring the operational efficiency and safety of the elevators, which are vital for Reclamation personnel. Interested contractors must submit their quotations electronically by March 6, 2025, and can direct inquiries to Monte Baird at MBaird@usbr.gov or call 406-247-7805.
    J059--Base Year | Elevator Maintenance PO# | POP 04/01/2025 - 03/31/2030 Optional Site Visit Added
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for elevator maintenance services at the George E. Wahlen Medical Center in Salt Lake City, Utah, with a contract period from April 1, 2025, to March 31, 2030. The contract encompasses comprehensive maintenance, systematic inspections, and emergency on-call services for 25 elevators, with a total award amount of $22 million, emphasizing the importance of operational efficiency and safety in healthcare facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires bidders to attend an optional site visit on March 3, 2025, with proposals due by March 11, 2025, at 3:30 PM Central Time. Interested contractors can reach out to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532 for further inquiries.
    Solicitation for HAFB Lektrievers/ VLM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance and repair services for Lektriever Carousel and Vertical Lift Modules (VLMs) at Hill Air Force Base in Utah. The procurement aims to secure preventative maintenance, inspection, repair, relocation, and disposal services, ensuring operational efficiency and compliance with safety standards. This contract is particularly significant as it supports the maintenance of critical equipment used in various military operations, with a total budget of $12,500,000 allocated for the project. Interested small businesses are encouraged to submit their proposals electronically through PIEE by the specified deadline, with inquiries directed to Kyle McDermott at kyle.mcdermott.1@us.af.mil or Shelly Bachison at shelly.bachison@us.af.mil.
    Skyjack Lift, Travis AFB
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure a Skyjack SJ3219 Electric Scissor Lift. This procurement is fully set aside for small businesses under the NAICS code 333924, emphasizing the importance of technical capability and pricing in the evaluation process. The Skyjack Lift is essential for various operational tasks within the Air Force, ensuring efficiency and safety in material handling. Interested vendors must submit their proposals by March 7, 2025, and are encouraged to contact SrA Estrada Dighiera or Ms. Maekyla Rosendo for further guidance on submission requirements and compliance with federal regulations.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing personnel, tools, and supplies to perform routine inspections, emergency repairs, and maintenance services, ensuring the systems' proper functionality, with a response time for emergency repairs set at 72 hours. This procurement is crucial for maintaining operational efficiency and security within military operations, as the systems are integral to the storage and management of sensitive materials. Interested vendors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil for further details, with the contract expected to commence on February 5, 2025, and run through September 30, 2030, including options for extension.
    Grandview Gate, Mountain Home Air Force Base (MHAFB)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small businesses for the construction of the Grandview Gate Entry Control Facility at Mountain Home Air Force Base in Idaho. This project involves a firm fixed-price, design-bid-build contract with an estimated construction cost ranging from $5,000,000 to $10,000,000, and includes the construction of a gatehouse, ID check canopy, guard booth, and enhancements to the visitor control center, along with necessary infrastructure such as pavements, lighting, and security systems. The initiative aims to identify capable contractors, particularly those designated as 8(a), Woman-Owned, Economically Disadvantaged Woman-Owned, Service-Disabled Veteran-Owned, and HUBZone, to ensure a diverse pool of bidders. Interested firms must submit a capabilities package by March 7, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Linda O'Brien at linda.s.obrien@usace.army.mil or Alysha MacDonald at alysha.a.macdonald2@usace.army.mil.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the main lift cylinder on a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of military equipment, with a performance period not exceeding 60 days from the contract award. Interested small businesses must submit their quotes by March 6, 2025, and can direct inquiries to Patrick Thomas at patrick.thomas.30@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil.
    Elevator service maintenance at CG Station Port Canaveral FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide elevator service maintenance at the Coast Guard Station in Port Canaveral, Florida. The procurement involves comprehensive elevator inspection and maintenance services, including preventative maintenance and routine inspections, with a contract duration of one base year and four optional renewal years. These services are critical for ensuring the operational efficiency and safety of elevator systems used in Coast Guard facilities. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.