J--AK-KODIAK ADMIN SITE-ELEVATOR CONTRACT
ID: 140FS125Q0035Type: Combined Synopsis/Solicitation
AwardedFeb 11, 2025
$36.4K$36,395
AwardeeTK ELEVATOR CORPORATION 2000 W INTL AIRPORT RD STE D6 Anchorage AK 99502 USA
Award #:140FS125P0050
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
    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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Puget Sound Elevator Maintenance Services
    General Services Administration
    The General Services Administration is seeking qualified contractors to provide elevator maintenance services for the Puget Sound region. The procurement involves repair and maintenance of elevators, communication devices, and related equipment to ensure compliance with the latest American Standard Safety Code for Elevators, A17.1, A18.1, as well as all applicable laws and regulations. These services are crucial for maintaining the safety and functionality of public buildings, ensuring that elevator systems operate efficiently and meet safety standards. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or 253-209-9118 for further details regarding this opportunity.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.