Moncrief Army Health Clinic (MAHC) Elevator Maintenance
ID: W9124C25QA0010001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 2:00 PM UTC
Description

The Department of Defense, through the U.S. Army, is seeking qualified contractors to provide comprehensive elevator maintenance services for the Moncrief Army Health Clinic (MAHC) located at Fort Jackson, South Carolina. The contract entails the provision of all labor, materials, and equipment necessary for the maintenance of ten elevators in Building 4500, ensuring operational efficiency and compliance with safety standards. This procurement is critical for maintaining the functionality of essential medical facilities, with an estimated total award amount of approximately $22 million, and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals electronically by adhering to the specified requirements, including participation in a mandatory site visit scheduled for April 29, 2025, and should contact Tesia Polk at tesia.l.polk.civ@army.mil for further details.

Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract for the maintenance of ten elevators at the Moncrief Army Health Clinic in Fort Jackson, SC. The contractor is responsible for providing all labor, materials, and equipment necessary for full maintenance, with a focus on ensuring operational effectiveness and compliance with specified standards. Notably, the contract spans five years with options for extensions and includes rigorous quality control and assurance protocols that the contractor must adhere to. Additionally, the PWS sets forth a structured approach to maintenance tasks, including regular inspections, cleaning, and repairs, while detailing the required frequency for preventive maintenance, such as weekly and monthly visits depending on the type of elevator. Security measures are outlined, necessitating background checks for personnel and adherence to safety protocols, including anti-terrorism and operations security training. The objective of the contract is to ensure that the elevator systems operate efficiently and safely, with defined procedures for callback service and performance monitoring by the government. Emphasizing compliance with industry standards, the PWS illustrates a commitment to maintaining high levels of service and safety while addressing the logistical framework for successful contract execution.
Apr 15, 2025, 2:05 PM UTC
The document details the warranty status of several elevators in a governmental facility. Elevators #1, #2, #3, #4, #5, #6, and #9 are covered by warranties set to expire between May 2026 and March 2026, with specific dates provided for each unit. Conversely, elevators #7, #8, and #10 are currently not under warranty. This information is essential for facility management, as it aids in planning maintenance, budgeting for repairs, and ensuring operational safety compliance. Additionally, understanding the warranty status may inform future RFPs or grants aimed at improving or upgrading elevator systems, highlighting the importance of regular assessments and updates for government facility maintenance.
Apr 15, 2025, 2:05 PM UTC
This document outlines instructions for submitting proposals in response to Solicitation Number W9124C25QA001 for Elevator Maintenance at Moncrief Army Health Clinic (MAHC). It specifies that offers must be submitted electronically via email to designated Contract Specialists, as no hard copies will be mailed. Proposals are to be organized into four volumes—General, Technical Proposal, Price, and Past Performance—each with specific formatting and content requirements, including page limits and structure. Proposals should provide a signed SF 1449, acknowledgments of amendments, representations, and certifications, alongside a technical narrative that demonstrates experience and adherence to Joint Commission standards. Pricing must be submitted in Excel, detailing costs for each contract line item. Past performance evaluations will focus on relevant recent experience, particularly in emergency spill clean-up. Overall, the document serves to ensure clarity and compliance in the proposal submission process, emphasizing adherence to government standards for bid responsiveness, formatting, and content. It reflects the government's aim for efficient procurement of vital maintenance services within regulatory guidelines.
Apr 15, 2025, 2:05 PM UTC
The document outlines the evaluation process for a federal procurement using the Lowest Price Technically Acceptable (LPTA) method. The government will award a single Firm Fixed Price (FFP) contract to the offeror whose proposal meets technical requirements and offers the lowest price, in accordance with federal acquisition regulations. Proposals will be evaluated based on three main criteria: Technical Capability, Price, and Past Performance. The Technical evaluation assesses the contractor’s ability to meet minimum requirements, including relevant experience, adherence to regulatory requirements, prompt service response, and effective quality control measures. Price evaluations will determine if the proposed costs are fair and reasonable without scoring individual submissions. Past Performance evaluations will review the offeror's history in completing similar work, using existing performance databases. Overall, proposals must adhere to the defined terms within the solicitation to avoid rejection, and the government may choose to conduct price negotiations subsequently if deemed necessary. This structured evaluation process is designed to ensure compliance with legal standards while achieving cost-effective solutions for government contracts.
The document serves as an addendum to a federal Request for Proposal (RFP) pertaining to site performance inspections for services at the Moncrief Army Health Clinic in Columbia, SC. It emphasizes that prospective bidders must conduct a site visit to assess local conditions affecting contract performance, with no claims allowed due to a failure to inspect. A scheduled site visit is organized for April 29, 2025, at 10:30 AM EST, where attendees are required to confirm their participation through written notification by April 25, 2025. This notification must include personal details for all attending individuals. The specified point of contact for this process is Tesia L. Polk from the U.S. Army. This addendum underlines the importance of pre-contractual diligence by bidders to ensure informed decision-making in the proposal process, enhancing accountability and reducing the likelihood of disputes related to site conditions post-award.
The document outlines the arrangements for a mandatory site visit related to a government contract for services at the Moncrief Army Health Clinic in Columbia, SC. It emphasizes that potential contractors must inspect the site to understand local conditions affecting contract performance, as failing to do so may not be grounds for claims post-award. The organized site visit is scheduled for April 29, 2025, at 10:30 a.m. EST, with a deadline for attendees to provide written notification of their participation by April 25, 2025, including personal identification details. The primary contact for this event is Tesia L. Polk from the U.S. Army. This document serves as a critical notice for bidders to ensure thorough preparation and compliance with requirements before contracting decisions are made, highlighting the importance of site familiarity in government procurements.
Apr 15, 2025, 2:05 PM UTC
This addendum details a mandatory site visit for bidders in connection with a government contract. It emphasizes the importance of bidders inspecting the site to understand local conditions affecting contract performance. The scheduled site visit will take place on April 29, 2025, at 10:30 a.m. EST at the MICC Building in Fort Jackson, SC. Interested parties must provide written notification of their attendance by April 25, 2025, including essential details such as full names, driver’s license numbers, and birthdates of all attendees. The point of contact for this event is Tesia L. Polk from the U.S. Army MICC Acc, whose email address is provided. This procedure is a standard part of the RFP process, ensuring that bidders are well-informed before submitting proposals.
Apr 15, 2025, 2:05 PM UTC
The document outlines the insurance requirements for contracts related to work on government installations, as specified in the FAR clause 52.228-5. It details the types of insurance and minimum coverage amounts necessary for compliance. Required insurances include Workmen's Compensation and Occupational Disease Insurance, with amounts dictated by state regulations; Employer's Liability Insurance of $100,000; Comprehensive General Liability Insurance set at $500,000 per occurrence for bodily injury; and Comprehensive Automobile Liability Insurance of $200,000 per person and $500,000 per occurrence for bodily injury, alongside $20,000 for property damage. Additionally, Medical Liability Insurance is mandated at $1,000,000 per occurrence/$3,000,000 aggregate. There are stipulations on deductibles for General Liability Insurance, which shall not exceed $10,000 for bodily injury or $10,000 for property damage. This document serves to ensure that contractors fulfill adequate insurance coverage to protect against liabilities associated with federal contracting, thereby safeguarding both the government and contractors involved in the fulfillment of these contracts.
Apr 15, 2025, 2:05 PM UTC
The AMC-Level Protest Program established by the U.S. Army Materiel Command (AMC) provides a structured procedure for addressing procurement-related complaints. It encourages interested parties to initially resolve concerns with the responsible contracting officer before escalating to the AMC. This process serves as an alternative dispute resolution forum, aimed at minimizing formal protests to external entities like the Government Accountability Office (GAO). Protests filed under this program will result in a suspension of contract award or performance similar to that of a GAO filing, with a goal to resolve complaints within 20 working days. To initiate a protest, parties must submit a request specifying the program and address it to the Office of Command Counsel at AMC headquarters. Detailed protest procedures are available on the AMC website or through the contracting officer if internet access is unavailable. This document underlines the importance of internal resolution pathways for procurement disputes within the Army’s contracting framework.
Apr 15, 2025, 2:05 PM UTC
The Fort Jackson Contractor Vetting Policy outlines procedures for the vetting of contractor employees authorized to work at Fort Jackson, ensuring compliance with Department of Defense and federal guidelines. The policy mandates all contractors to use the Contractor Verification System (CVS) for identification, while detailing requirements for badge issuance and contractor data submission. Contractors must provide valid employee information, verify social security numbers, and comply with immigration laws, including the Immigration Customs Enforcement (ICE) Mutual Agreement between Government and Employers (IMAGE) Program aimed at combating unlawful employment and enhancing workforce stability. The Directorate of Emergency Services (DES) oversees the vetting process, including the management of badges and contractor records. Non-compliance can lead to escorts from the installation and potential adverse actions against contracts. This policy supports federal RFPs and grants by ensuring that only authorized personnel with validated identities work on Department of Defense installations, reflecting the government's commitment to security and lawful employment practices.
Apr 15, 2025, 2:05 PM UTC
The document details the Wage Determination No. 2015-4429 under the Service Contract Act by the U.S. Department of Labor, highlighting required minimum wage rates for federal contractors in South Carolina. It specifies that for contracts awarded or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a minimum of $13.30 per hour. Additionally, it outlines the various occupational wage rates and required fringe benefits, including health and welfare benefits, vacation, and paid holidays. The document also addresses specific employer obligations under Executive Orders for paid sick leave and delineates the conformance process for unlisted job classifications. This wage determination is crucial for ensuring fair compensation for workers under federal contracts and supports compliance with labor standards in the context of government procurements and grants. Overall, it emphasizes the government's commitment to maintaining worker protections and fair labor practices within federal contracts.
Apr 15, 2025, 2:05 PM UTC
The document addresses a query regarding a federal contract, clarifying that the current solicitation is a follow-on requirement rather than a brand-new contract. It provides pertinent information indicating that the previous contract associated with these services was W9124C-21-C-0022. This context is essential for prospective bidders or stakeholders as it outlines the continuity of service and allows them to review the incumbent performance, which could inform their proposals. The response exemplifies transparency in the federal procurement process, assisting potential contractors in understanding the existing framework and obligations associated with the services required. Thus, it plays a critical role in guiding the competitive bidding process within government contracting.
Apr 15, 2025, 2:05 PM UTC
The document is a solicitation for a contract aimed at providing elevator maintenance services for Moncrief Army Health Clinic at Fort Jackson, South Carolina. The contract outlines the requirement for a contractor to furnish all labor, materials, and equipment necessary for the inspection, maintenance, and repair of ten specific elevators over various specified periods ranging from 2 to 12 months. A total funding of up to $22 million is available, emphasizing a firm fixed price arrangement. It highlights particular details on the performance work statements and specifies that tasks should follow the guidelines set forth in the federal acquisition regulations. The document includes procedural elements such as invoicing, payment processing, and required compliance with various federal clauses implicating small business directives and labor standards. This solicitation underscores the federal government's commitment to using women-owned small businesses and encourages compliance with a range of regulatory and labor standards during the execution of the contract. The intended outcome is to ensure reliable elevator service critical for operational efficiency and safety in a medical facility.
Apr 15, 2025, 2:05 PM UTC
The document outlines a solicitation for a contract aimed at providing comprehensive maintenance services for the elevators at the Moncrief Army Health Clinic in Fort Jackson, South Carolina. The contract requires the successful contractor to supply all labor, materials, equipment, and supervision necessary for the maintenance of ten elevators, adhering to specified government guidelines. With an estimated total award amount of approximately $22 million, the solicitation encourages participation from various small business classifications including Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The document details administrative aspects such as payment methods, delivery terms, and clauses applicable to the contract, including those addressing confidentiality, employee rights, and compliance with federal acquisition regulations. Overall, this solicitation aims to secure necessary services while promoting small businesses in government contracting, ensuring compliance with labor standards and regulatory requirements.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
B6058 Install Elevator
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a new elevator in Building 6058 at Fort McCoy. The project requires the contractor to provide all necessary parts, labor, tools, equipment, materials, transportation, and supervision, along with related structural, plumbing, HVAC, and electrical work, in accordance with the provided construction documents. This procurement is a Total Small Business Set-Aside under NAICS Code 238290, with a small business size standard of $22 million, emphasizing the importance of engaging small businesses in federal contracting. Interested contractors should submit their proposals, including all amendments, to the primary contact, Todd Dempsey, at todd.a.dempsey.civ@army.mil, or by phone at 502-898-1252, with the proposal due date and questions due date specified in the solicitation amendment.
J036--Elevator Maintenance & Service RVAHCS Base 4
Buyer not available
The Department of Veterans Affairs is seeking a contractor for elevator maintenance and service at the Roseburg VA Healthcare System, with an estimated total award amount of $12.5 million. The contract encompasses full maintenance, repair, and inspection services for various elevator systems, including emergency response and adherence to safety codes and manufacturer guidelines. This procurement is crucial for ensuring the reliability and safety of elevator operations within the facility, thereby enhancing the overall experience for users. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov for further details, with the contract covering a base year and four optional renewal years, and compliance with Wage Determination No. 1980-0354 is required.
Elevator Maintenance
Buyer not available
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.
H335--Elevator Inspection
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to perform semi-annual elevator inspections and five-year testing at the Salem VA Medical Center. The contract, valued at approximately $11.5 million over one base year and four option years, requires the contractor to inspect 29 vertical transport devices, ensuring compliance with ASME standards and providing all necessary tools, labor, and materials. This procurement is crucial for maintaining safety and operational efficiency in the facility's elevator systems, with inspections scheduled for February and September, and five-year testing planned for June 2026. Interested bidders should note that the deadline for technical questions is April 18, 2025, and quotes must be submitted by April 22, 2025; for further inquiries, contact Satasha E Stewart at Satasha.Stewart@va.gov.
N059--Replace and Upgrade Elevators Bldg. 15, 47, and 62 (CONST)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement and upgrade of elevators in Buildings 15, 47, and 62 at the Charles George VA Medical Center in Asheville, North Carolina. This project aims to enhance facility infrastructure by ensuring compliance with safety, security, and operational requirements while minimizing disruptions to medical center operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $5 million and $10 million. Interested bidders must submit their proposals electronically by April 28, 2025, and are encouraged to attend a pre-bid site visit scheduled for March 11, 2025. For further inquiries, contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov or Keith Hunter at keith.hunter@va.gov.
J039--442 - Elevator Maintenance Service
Buyer not available
The Department of Veterans Affairs is soliciting 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, emphasizing compliance with safety standards and best practices in vertical transportation equipment management. Interested contractors must register in the System for Award Management (SAM) and be VetCert Certified, with proposals due by May 9, 2025, and questions accepted until May 2, 2025. For further inquiries, interested parties can contact Contracting Officer Danielle Kramer at danielle.kramer@va.gov or by phone at 303-712-5725.
J039--Elevator Maintenance and Inspection Testing Services for the Grand Junction CO VA Medical Center
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Elevator Maintenance and Inspection Testing Services for the Grand Junction VA Medical Center in Colorado. The procurement involves a firm-fixed price contract that includes scheduled preventive maintenance, unscheduled repairs, and inspections in compliance with established safety standards, specifically ASME and NFPA codes. This contract is crucial for ensuring the operational reliability and safety of facilities serving the veteran community. Interested vendors must submit their proposals by April 24, 2025, with a mandatory site visit scheduled for April 16, 2025, to assess specific elevator maintenance needs. For further inquiries, vendors can contact Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
Elevator Service
Buyer not available
The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified contractors to provide elevator maintenance services for two hydraulic passenger elevators located at DFAS-Limestone in Maine. The procurement aims to ensure comprehensive maintenance, including preventative, predictive, and emergency services, while adhering to safety regulations and manufacturers' specifications. This initiative is crucial for maintaining operational integrity and safety standards within government facilities. Interested contractors must submit a Contractor Capability Survey, capability statements limited to three pages, and firm fixed price quotes by April 24, 2025. For further inquiries, potential bidders can contact Patricia Pennington at patricia.pennington2.civ@mail.mil or Terri Davis at terri.l.davis34.civ@mail.mil.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for elevator inspections, maintenance, and repairs at various sites in Washington State. The contract encompasses quarterly preventive maintenance, annual inspections, and five-year inspections for six elevators, ensuring compliance with safety and operational standards while performing necessary repairs. This procurement is critical for maintaining the functionality and safety of essential infrastructure at federal facilities. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the specified deadline, with the performance period set from May 1, 2025, to April 30, 2030. For further inquiries, contact Donald Richer at dricher@usbr.gov.
MRI Trailer Maintenance
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the maintenance and repair of an MRI Trailer at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement involves a comprehensive service contract that includes repair, preventative maintenance, and timely responses to service requests, operating on a firm-fixed-price basis for a base year with four optional years, totaling an estimated value of $19 million. This service is critical for ensuring the operational readiness and compliance of medical equipment used in veteran care. Interested vendors should contact Alecia M. Mitchell at alecia.mitchell@va.gov, with the solicitation closing date set for April 18, 2025.