Additional Elevator Work
ID: 12505B25R0014Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF LABORATORIES AND CLINICS (Z1DB)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for additional elevator work at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project involves modernizing an existing passenger elevator to comply with Iowa state code, including updates to the elevator shaft, car, electrical systems, and fire safety features. This procurement is significant for ensuring safety and compliance in public facilities, with an estimated construction cost between $100,000 and $250,000. Interested small businesses must submit their proposals by September 3, 2025, and can direct inquiries to Joshua J. Dobereiner at josh.dobereiner@usda.gov or by phone at 309-403-3556.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a Construction Progress and Payment Schedule form (ARS-371) mandated by the U.S. Department of Agriculture’s Agricultural Research Service (ARS). This form is essential for contractors to detail the progress of construction projects funded by government contracts. Contractors must submit the form within 14 calendar days after receiving the Notice to Proceed, regardless of whether partial payments are requested. Key components of the form include the contract number, project amount, schedule of payments, and a detailed breakdown of work branches with associated dollar values and completion percentages. Contractors are required to indicate the start and completion dates for each work segment and must sign the form for submission to the contracting officer. An approved copy will be provided to the contractor for record-keeping. This structured process ensures accountability and transparency in the management of federal projects while adhering to the stipulated schedule and payment protocols.
    The Contractor's Request for Payment Transmittal is a formal document used within federal projects to request payment from a contractor by detailing various payment elements related to a specific contract. It includes sections for specifying the contract number, project location, and payment requisitions across defined periods, including original contract amounts, adjustments from change orders, and completed work's total value. The form requires itemization of materials stored on-site and calculates the total amount due by subtracting previous requests from the current total. It mandates certifications from the contractor's authorized representative, assuring compliance with contract terms and timely payment to subcontractors. This document is vital for ensuring that payments align with project progress and contractual obligations, emphasizing accountability and transparency in federal contracting arrangements. Overall, it serves to facilitate the financial management of public sector projects and maintain proper funding disbursement practices.
    The "Past Performance Evaluation Sheet" is a critical document for contractors bidding on government contracts, requiring them to submit a minimum of three completed sheets with their proposals. This form serves to evaluate a contractor's past performance by gathering essential details about previous contracts. Contractors must provide their name, the government agency or company that awarded the contract, the contract number, a description of services, the total contract value (including all options), the period and place of performance, and the contract type. Additionally, the form mandates providing the current Point of Contact (POC) for the contract, including their email and phone number. A key requirement is for contractors to explain and detail corrective actions taken if they received a Cure Notice or Show Cause letter. The document emphasizes that the government is not obligated to seek additional information beyond what is provided, and it is the contractor's responsibility to ensure the current Contracting Officer's Representative (COR) or contract POC receives and comments on the document. This ensures a comprehensive and verifiable record of past performance, crucial for evaluating a contractor's suitability for future government projects.
    The Past Performance Evaluation Sheet is a critical component in federal contracting proposals, requiring contractors to report on their previous contract experiences and performance quality. Each contractor must complete a sheet for a minimum of three prior contracts, detailing critical information about each project. Key sections include the contractor's name, contract details such as the awarded government agency, contract number, services provided, contract value, performance period, place of performance, and type of contract. Additionally, it mandates contact information for the current contract point of contact, along with an explanation of any received Cure Notices or Show Cause orders. This document serves as a tool to assess a contractor's reliability and capability, ensuring that government agencies can evaluate prior performance effectively when considering proposals. The responsibility of obtaining performance references and contract reviews lies with the contractor, reinforcing the importance of transparency and accountability in government procurement processes.
    This government solicitation (12505B25R0014) is for a federal contract to upgrade a passenger elevator at the National Laboratory for Agriculture and the Environment (NLAE) in Ames, Iowa, ensuring it complies with the State of Iowa Code. Issued by the USDA ARS, the project is a 100% Total Small Business Set-Aside with an estimated construction cost between $100,000 and $250,000. Key requirements include compliance with the Buy American statute, adherence to various FAR and AGAR clauses, and the use of biobased and energy-efficient products. The contractor must begin work within 14 calendar days of receiving the notice to proceed and complete it within 120 days. Offers are due by April 30, 2025, and email submissions are authorized. The solicitation also details administrative data, special contract requirements, and clauses related to performance, payments, and site conditions.
    The document outlines a Request for Proposals (RFP) issued by the USDA for a project aimed at updating a passenger elevator to comply with Iowa state code at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project is designated as a 100% small business set-aside, with an estimated construction cost between $100,000 and $250,000, and is expected to be completed within 120 calendar days after issuance of the notice to proceed. Key requirements include the contractor's responsibility to ensure all labor, materials, and equipment are provided, adherence to safety regulations, and obtaining necessary permits. The contractor must report biobased product usage and fulfill various inspection and acceptance criteria following project completion. Clauses from federal acquisition regulations regarding performance obligations, payment processes, and adherence to government policies are incorporated throughout. This RFP reflects the government's commitment to compliance with safety and environmental standards while engaging small businesses in federal contracting opportunities.
    This government solicitation, 12505B25R0014, issued by USDA ARS Acquisition and Property D, amends the original request for proposals for the "Update Passenger Elevator to Iowa Code" project in Ames, IA. The amendment removes the total small business set-aside, announces new site visit dates, and extends the proposal due date to September 3, 2025, at 10:00 AM CDT. The contract's period of performance is from September 29, 2025, to February 27, 2026. Key requirements include the contractor furnishing all labor, materials, and equipment to bring the passenger elevator up to Iowa state code, obtaining necessary permits, and adhering to strict management, safety, and biobased product requirements. The document outlines detailed sections on inspection, acceptance, performance, contract administration, special requirements, and applicable federal and agricultural acquisition regulations, including the Buy American statute and personal identity verification for contractor employees.
    Amendment 0002 to solicitation 12505B25R0014, issued by USDA ARS Acquisition and Property D, amends the original solicitation to post site visit sign-in sheets. The amendment, effective March 31, 2025, specifies that all other terms and conditions remain unchanged. Offers must acknowledge receipt of this amendment by one of three methods: completing and returning copies of the amendment, acknowledging receipt on each submitted offer, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in the rejection of an offer. The period of performance for the contract is from September 29, 2025, to February 27, 2026. Joshua J. Dobereiner is the Contracting Officer.
    The Statement of Work (SOW) outlines the requirements for updating the passenger elevator at the National Laboratory of Agriculture and the Environment (NLAE) in Ames, Iowa, ensuring compliance with State of Iowa Code. The elevator, installed in 1989, requires modernization primarily focused on code updates in the elevator shaft and car. The project includes installing new ceiling lighting, relocating HVAC systems, updating electrical systems, and adding fire safety features, among other specifications aimed at meeting state inspection standards. The contractor must be a certified elevator professional with a minimum of ten years of modernization experience. Work is to be carried out during regular business hours, adhering to security measures and requiring a site walkthrough prior to awarding the contract. Monthly progress reports are mandatory, detailing completed work, ongoing issues, and resolutions. The timeline for completion is set at 120 days from the notice to proceed, emphasizing timely execution and regulatory compliance. This initiative demonstrates the government's commitment to maintaining infrastructure and ensuring safety in public facilities through adherence to updated codes and standards.
    The General Decision Number: IA20250074 outlines prevailing wage rates for building construction projects in Story County, Iowa, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 and 13658, applicable to federal government contracts subject to the Davis-Bacon Act. Executive Order 14026 mandates a minimum of $17.75 per hour for contracts entered into or renewed after January 30, 2022, while Executive Order 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document also specifies prevailing wage rates and fringe benefits for various construction trades, including boilermakers, bricklayers, electricians, ironworkers, and plumbers, along with instructions for wage determination appeals and clarifications on rate identifiers (Union, Union Average, Survey, State Adopted).
    Lifecycle
    Title
    Type
    Additional Elevator Work
    Currently viewing
    Solicitation
    Similar Opportunities
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new laboratory facility for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the construction of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA’s Research Park. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, as there are no set-asides for this opportunity.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    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.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Buyer not available
    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.
    MATHC Elevator Maintenance
    Buyer not available
    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.
    A/E Design of Freight Elevator #12 at GPO Building A
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    DDSP Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking a contractor for elevator maintenance services at DLA Distribution Susquehanna, Pennsylvania. The procurement involves providing preventative and corrective maintenance for elevators, dumbwaiters, and platform lifts, including all necessary labor, tools, materials, and management to ensure optimal operation in compliance with ASME A17 standards. This contract is crucial for maintaining the functionality and safety of essential lift equipment, with a Firm Fixed-Price (FFP) and Time & Materials (T&M) purchase order structure covering a base year and four option years, from December 29, 2025, to December 28, 2030. Interested parties must submit their quotes by December 12, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    GSA Elevator Repair, JJ Pickle FOB, Austin TX 78701
    Buyer not available
    The General Services Administration (GSA) is seeking to procure services for the repair and modernization of a hydraulic passenger elevator located at the Austin Federal Office Building in Austin, Texas. The primary objective of this contract is to acquire a specific communication device, the MAD MosaicONE VMS, as part of the elevator upgrade project, ensuring compliance with the ASME-A17.1 Elevator Code and the Uniform Federal Accessibility Standards. This procurement is critical for maintaining the operational efficiency and safety of the building's elevator system. Interested parties can reach out to Lorenzo B. Evans at lorenzo.evans@gsa.gov or (817) 312-9249, or Barbara J. Giddens at barbara.giddens@gsa.gov or (817) 850-8368 for further information.