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
    Description

    The Department of Defense, through the Department of the Army, is seeking qualified contractors for elevator maintenance services at the Moncrief Army Health Clinic (MAHC) located in Fort Jackson, South Carolina. The contract requires the provision of all labor, materials, and equipment necessary for the full maintenance of ten elevators in Building 4500, ensuring operational efficiency and compliance with safety standards. This maintenance is critical for the clinic's functionality, supporting the health services provided to military personnel and their families. The estimated total award amount is approximately $22 million, with a total small business set-aside, and interested parties must submit their proposals electronically by adhering to specified guidelines, including a mandatory site visit scheduled for April 29, 2025. For further inquiries, potential bidders can contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil.

    Files
    Title
    Posted
    This document serves as an addendum to a government solicitation for elevator maintenance services at the Moncrief Army Health Clinic. It outlines submission procedures for proposals, emphasizing that only signed offers will be accepted through an electronic format on SF 1449. Key deadlines include inquiries that must be submitted within two business days post pre-proposal site visit. The proposal must be organized into four volumes: General Information, Technical Proposal, Price Proposal, and Past Performance. Each volume has specific requirements and page limits: Volume I includes necessary forms and contact information; Volume II details the technical approach and qualifications, emphasizing experience in elevator maintenance; Volume III requires a price breakdown on the SF1449; Volume IV focuses on past performance evaluations, specifically relevant work in the last three years. The document outlines strict formatting guidelines, including font size and margin requirements, ensuring clear presentation and evaluation. Overall, the file provides crucial directions for proposers to prepare compliant bids, reflecting the Government's intent to prioritize structured, efficient responses to their solicitation.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    IMCOM Pest Control
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and will span a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions. Interested parties should direct inquiries to Katharina Wagner or Tesia Polk and are required to attend a mandatory site visit on December 9, 2025, to better understand the contract requirements.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.
    MATHC Elevator Maintenance
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.