Elevator Inspections
ID: PRESOL01312025Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSENATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)NATL GEOSPATIAL-INTELLIGENCE AGENCYARNOLD, MO, 630106238, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking a contractor to provide elevator inspection services at multiple locations in Missouri. The contract will cover inspections for traction elevators, hydraulic elevators, and chairlifts at the NGA facilities in St. Louis and Arnold, ensuring compliance with safety standards. This procurement is a total small business set-aside under NAICS code 238290, emphasizing the importance of maintaining safe and operational elevator systems within government facilities. Interested parties should note that the request for quotes is expected to be posted on or about February 19, 2025, and can contact Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil or 314-676-0184 for further information.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Elevator Inspections
    Currently viewing
    Presolicitation
    Similar Opportunities
    Elevator Maintenance IDIQ in Branson
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Little Rock District, is conducting a Sources Sought market survey to identify contractors for elevator maintenance services at the Dewey Short Visitor Center in Branson, Missouri. The procurement aims to secure comprehensive maintenance, inspections, emergency response, and record-keeping for a Kone traction elevator servicing three levels of the facility. This opportunity is crucial for ensuring compliance with safety regulations set by the Missouri Elevator Safety Board and maintaining operational efficiency at the visitor center. Interested contractors, including small, HUBZone, and veteran-owned businesses, must submit their capability statements by January 27, 2025, highlighting their qualifications and relevant experience. For further inquiries, contact John Kattengell at john.r.kattengell@usace.army.mil or call 501-340-1260.
    Moonshot Labs Parking
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA) is seeking proposals for parking support services at its Moonshot Labs facility located in St. Louis, Missouri. The procurement aims to secure 35 parking spaces for U.S. Government employees, interns, and authorized guests, with a focus on safety, accessibility, and proximity to the facility, which must be within a ¼ mile radius. This initiative is critical for enhancing operational efficiency and support for personnel at the Moonshot Labs, with a contract duration of five years, including a base year and four optional extensions. Proposals are due by February 19, 2025, and interested vendors should direct questions to Kathleen Dee at kathleen.a.dee@nga.mil or Douglas H. Verseman at douglas.h.verseman@nga.mil.
    Grand Coulee Annual & 5-Year Elevator Inspections
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the Grand Coulee Annual & 5-Year Elevator Inspections, focusing on the inspection of 15 elevators for five-year assessments and 17 elevators for annual evaluations at the Grand Coulee Dam facilities. The contract requires adherence to safety codes and industry standards, specifically ANSI and ASME guidelines, and mandates the use of certified inspectors to ensure compliance and detailed reporting of inspections. This initiative is crucial for maintaining operational safety and regulatory compliance of the elevator systems, which are vital for the functionality of the facility, with the contract period anticipated from March 3, 2025, to March 2, 2030. Interested parties can contact Terry Mest at tmest@usbr.gov or by phone at 509-633-9327 for further details.
    National Elevator Modernization & Construction IDIQ SB Set Aside RFP
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the National Elevator Modernization & Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. This procurement aims to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total potential contract value of $250 million over a five-year period. The initiative is crucial for modernizing elevator systems in federal buildings, ensuring compliance with safety and accessibility regulations while promoting small business participation in federal contracting. Interested parties must submit their proposals by February 19, 2025, following a pre-proposal conference on February 5, 2025, and can direct inquiries to Theodore Bonwit at theodore.bonwit@gsa.gov or Ericka M. Wilson at ericka.wilson@gsa.gov.
    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.
    E450AJ JLG lift with non marking tires and AGM 305AH batteries
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure an E450AJ JLG lift equipped with non-marking tires and AGM 305AH batteries, as outlined in their Request for Quotation (RFQ). The procurement is set aside for small businesses, and interested offerors are required to submit their bids by February 11, 2025, including essential details such as CAGE Code, lead time for delivery, and pricing. This lift is crucial for maintaining operational efficiency and safety in NASA's facilities, emphasizing the agency's commitment to engaging small businesses in federal contracting opportunities. For further inquiries, interested parties can contact Cara Craft at cara.s.craft@nasa.gov.
    Elevator Maintenance Service at Four Minnesota Locations
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services at four federal locations in Minnesota, including courthouses in Minneapolis, St. Paul, and Fergus Falls. The contract will be a firm fixed-price agreement, focusing on performance-based maintenance to ensure the safety and efficiency of the elevators while complying with federal, state, and local regulations. This procurement is significant for maintaining operational standards in federal buildings and is open to all business concerns, with encouragement for participation from small and disadvantaged businesses. Interested contractors must submit proposals by the specified deadline, and for further inquiries, they can contact Donald McFall at donald.mcfall@gsa.gov or Sarah E. Jayjack at sarah.jayjack@gsa.gov.
    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.
    39--FOMC ADA LIFT REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide and install a firm fixed-price ADA-compliant wheelchair platform lift at the Hampton National Historic Site in Towson, Maryland. The project aims to replace a malfunctioning lift, ensuring accessibility for individuals with disabilities while adhering to federal regulations and historical preservation standards. This procurement is significant for enhancing public services at national parks and is set aside for small businesses, with a submission deadline for quotes by February 6, 2025, and a performance period from February 20, 2025, to May 1, 2025. Interested vendors should direct inquiries to Contract Specialist Joshua Kirleis and ensure compliance with all specified documentation and wage determinations.
    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.