J--AK-KODIAK ADMIN SITE-ELEVATOR CONTRACT
ID: 140FS125Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotes for the Kodiak Admin Site Elevator Contract, which involves annual inspections and a five-year load safety test for the passenger elevator at the Kodiak National Wildlife Refuge in Alaska. The contract aims to ensure compliance with safety codes ANSI A17.1 and A17.3, with a performance period from February 1, 2025, to January 31, 2030, including options for four additional one-year renewals. This procurement is critical for maintaining public safety in federal facilities, and interested small businesses must submit their proposals by January 27, 2025, via email to the designated contracting officer. For further inquiries, contact Tanner Frank at tanner_frank@fws.gov.

Point(s) of Contact
Files
Title
Posted
Jan 27, 2025, 11:06 PM UTC
The document outlines a Statement of Work (SOW) for the annual inspection and five-year load safety testing of the public elevator at the Kodiak National Wildlife Refuge Visitor Center in Kodiak, Alaska. The primary goal is to ensure the elevator's safe operation in compliance with safety codes ANSI A17.1 and A17.3, as well as Alaska's regulations. The contractor is required to hold relevant federal and state certifications and provide all necessary labor, materials, and supervision. The SOW specifies both the place of performance and the timeline, stating that work must be conducted during business hours, from November 1, 2024, to October 31, 2029. Deliverables include annual inspection reports and certifications indicating the elevator’s compliance status. Payment is structured on an annual basis, contingent upon satisfactory completion of services and supporting documentation submitted through specified channels. Quality assurance measures and regulatory adherence are emphasized throughout, supporting the broader purpose of maintaining safety standards in public facilities.
Jan 27, 2025, 11:06 PM UTC
The document primarily addresses various aspects of government-related funding opportunities, including federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. It outlines the processes by which government agencies solicit proposals from businesses and organizations to deliver specific services or products. Key ideas include the significance of adhering to guidelines and regulations when bidding on these opportunities, understanding eligibility and requirements, and the importance of effective proposal writing to secure funding. The structure of the document includes sections detailing the application guidelines, criteria for evaluation, and the timeline for submission and review. It likely emphasizes the necessity for transparency and foster collaboration among stakeholders throughout the process. By focusing on compliance with regulations and best practices in proposal development, the document aims to facilitate successful funding applications. In summary, the document serves as a comprehensive guide for prospective applicants, detailing how to navigate the complexities of government RFPs and grant processes, thereby promoting access to essential funding for various projects.
Jan 27, 2025, 11:06 PM UTC
The Kodiak National Wildlife Refuge (KNWR) is soliciting quotes for annual inspections and a five-year load safety test for its passenger elevator, required under safety codes ANSI A17.1 and A17.3. The project, set to run from February 1, 2025, through January 1, 2030, includes a one-year base period and four optional renewal years. This Request for Quotation (RFQ) is designated as a TOTAL SMALL BUSINESS SET ASIDE, with a primary evaluation criterion based solely on price. Contractors must hold relevant certifications and be registered with the System for Award Management (SAM). The scope of work requires the contractor to provide all associated labor, materials, and supervision necessary for compliant inspections and tests, along with documentation demonstrating compliance after completion. The work must occur during regular business hours and be scheduled in advance. Payments for services will be processed annually based on successful completion and submission of compliant invoices. The document outlines several federal acquisition regulations, contractor qualifications, and evaluation criteria essential for interested bidders to understand their obligations and the submission process effectively. This procurement underscores the government's commitment to ensuring public safety in facilities administered by federal agencies.
Jan 27, 2025, 11:06 PM UTC
The federal document outlines an amendment to solicitation 140FS125Q0035 for elevator inspection and safety testing services at the Kodiak National Wildlife Refuge in Alaska. This amendment removes the Small Business Set Aside designation and extends the deadline for submitting offers to January 31, 2025, at 5 PM Eastern Time. The anticipated performance period is set from February 1, 2025, to January 1, 2030, comprising a one-year base period with four optional one-year renewals. A firm-fixed-price contract will be awarded based on the lowest priced qualified quote that meets the specified requirements. Furthermore, bidders must be registered in the System for Award Management (SAM). The document includes detailed instructions for submissions, including contact information for technical and contracting representatives. This amendment reflects the ongoing effort to ensure compliance with safety regulations while providing an opportunity for all suitable contractors to participate in the bidding process.
Jan 27, 2025, 11:06 PM UTC
The document outlines the Request for Quotation (RFQ) for the Kodiak National Wildlife Refuge (NWR) passenger elevator contract, which includes annual inspections and safety tests compliant with ANSI A17.1 and A17.3 standards. The performance period for this contract is from February 1, 2025, to January 31, 2030, with options for four additional one-year periods. This RFQ is specifically set aside for small businesses under the NAICS code 238290, with a size standard of $22 million. Quotes are due by January 27, 2025, and interested parties must submit their proposals via email to the designated contracting officer. The contract will be awarded based on the lowest price meeting the specified requirements. Provisions from the Federal Acquisition Regulation (FAR), including 52.212-1 and 52.212-4, govern the solicitation process. The document also emphasizes that all respondents must be registered in the System for Award Management (SAM) to be eligible for award consideration. This RFQ process is crucial to ensure compliance with safety codes and the efficient operation of the elevator services at Kodiak NWR.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
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.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Colorado Rocky Mountain Arsenal National Wildlife Refuge (NWR). The primary objective of this procurement is to ensure compliance with fire safety regulations through regular monitoring and annual inspections of fire alarm systems, as well as to provide ongoing maintenance and emergency response capabilities. This initiative is critical for maintaining safety standards in federally protected wildlife areas, reflecting the government's commitment to environmental stewardship and public safety. The BPA is valued at up to $250,000 and will span a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should submit their quotes and demonstrate their technical capabilities by contacting Caleb Kindsvater at calebkindsvater@fws.gov or by phone at 303-236-4334.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
FACILITIES SUPPORT SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Maintenance Services, including HVAC and Building Control Systems, at the Western Fisheries Research Center in Seattle, WA. The procurement encompasses a base year of service with two optional renewal years, emphasizing the importance of maintaining operational efficiency in government-owned facilities. Interested contractors must submit their quotes electronically by April 30, 2025, and are required to adhere to the Service Contract Labor Standards Wage Determination, which mandates minimum wage rates and benefits for workers. For further inquiries, contact Elizabeth Adam at eadam@usgs.gov or (916) 278-9441.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.