Elevator Repairs and Maintenance Services
ID: W519TC-24-R-2048Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal in Illinois. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards for the Army's infrastructure, supporting approximately 6,500 personnel. Proposals are due by 12:00 PM CST on October 16, 2024, and interested contractors should contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or 520-693-0169 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides an overview of the Rock Island Arsenal and includes a detailed map indicating the layout and prominent features of the area. Key locations highlighted on the map include buildings designated by numbers, access roads, and visitor check-in procedures at Building 102, located at the intersection of Gillespie Street and Rodman Avenue. Notable landmarks such as the US National Cemetery and various parks are also marked. The file suggests the existence of bike and jogging routes and serves as a guide for visitors, emphasizing the importance of understanding facility navigation and access within the context of potential federal projects or collaborations. The summary implies that this document is integral for planning purposes, possibly related to federal grants or RFPs that require familiarity with the Rock Island Arsenal’s layout and facilities.
    The document pertains to the Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for federal contracts, specifically detailing rates effective in 2024. Contracts awarded or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating at least $17.20 per hour for covered workers. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, requiring a minimum of $12.90 per hour. The document also highlights specific wage rates for occupations, with an emphasis on elevators repairers set at $53.94 per hour. Furthermore, workers receive fringe benefits, including health and welfare compensation, vacation, and pension contributions. Additionally, guidance is provided regarding mandatory paid sick leave under Executive Order 13706 for contracts awarded after January 1, 2017. The information pertains to multiple states, including Illinois, Iowa, Nebraska, and South Dakota, and underscores the federal government's commitment to ensuring fair wages and benefits for contract workers while adhering to established legislation and guidelines.
    The document outlines a Request for Proposals (RFP) from USAG-RIA for an Elevator Contract effective from 2024 to 2029. It includes three primary Contract Line Item Numbers (CLINs): CLIN 0001 covers service calls and preventative maintenance for 41 elevators under a Firm Fixed Price (FFP) contract; CLIN 0002 concerns a government-provided surrogate, also under FFP; and CLIN 0003 relates to Contract Manpower Reporting, classified as Non-Severable Performance (NSP). The total evaluated price for the contract across the five ordering periods ranges from approximately $1.3 million to $1.4 million, with adjustments for unscheduled maintenance services exceeding $2,500 not detailed in the PWS (Performance Work Statement). The RFP aims to ensure ongoing operational efficiency and maintenance of the elevator systems during the contract term, reflecting the government's commitment to infrastructure reliability. This document is significant within the context of government procurement practices for maintaining essential services and facilities.
    The Rock Island Arsenal (RIA) requires elevator maintenance and repair services through a non-personal services contract. The aim is to ensure the functionality of elevators at RIA, which serves various Army commands and employs approximately 6,500 personnel. The contractor is responsible for management, supervision, labor, tools, materials, and adherence to federal and state regulations. Key responsibilities include ensuring all mechanics are licensed, maintaining communication for safety, compliance with security and training protocols, and implementing environmental protection measures. The contractor is also expected to facilitate proper documentation, including quality control plans and regular reporting to the government for performance evaluation. The document outlines strict guidelines on safety, health regulations, and the necessity of energy conservation. Compliance with local laws, resolving contractor-related disputes, and maintaining building security throughout operational hours are critical aspects of service execution. This contract is vital for the continuous operational efficiency of RIA’s facilities while ensuring safety and regulatory adherence in maintenance activities.
    The document focuses on elevator location drawings as part of a technical exhibit related to various federal and state/local RFPs and grants. It features detailed schematics and references to elevator placements within Building 299, which is managed by the Directorate of Public Works at the USAG Rock Island Arsenal. The drawings are intended to support project planning and construction activities, ensuring compliance with safety standards and operational efficiency. Notably, the document indicates multiple instances marked as "Not in Agreement," suggesting discrepancies in design or configuration that need to be addressed. The context points toward facilitating effective facility management and compliance with federal requirements within the framework of government contracts. The emphasis lies on accuracy in installation and reflecting any necessary revisions to building use or requirements for maintenance. Overall, the document plays a crucial role in aligning renovation efforts with safety and operational standards.
    The document provides a comprehensive inventory of elevators managed by the USAG – RIA, detailing various elevators located in different buildings, their specifications, and operational features. The listing includes critical information such as elevator numbers, building locations, capacity in pounds, number of stops, type (passenger or freight), control type, machine numbers, and their respective manufacturers like Kone, Montgomery, and others. Significant details point to the diversity of elevators, including hydraulic and traction systems, indicating operational capabilities suited for different usages. The inventory serves as a resource for reference in maintenance, operations, and potential upgrades, aligning with regulations and safety standards pertinent to federal and local government facilities. This document is essential for facilitating procurement, ensuring compliance in facilities management, and supporting forthcoming RFPs or grants intended for elevator system improvements and maintenance in government buildings.
    The document outlines the preventive maintenance (PM) schedule for hydraulic elevators at USAG-RIA, detailing specific tasks to be performed at various intervals—monthly, quarterly, semiannually, and annually. Key responsibilities include inspecting and lubricating elevator components, such as rails, motors, door mechanisms, and safety systems, ensuring operational safety and efficiency. Additionally, it emphasizes the importance of checking emergency equipment and cleaning both the elevator and its surrounding area. Each task is systematically categorized with an indication of the required frequency, reflecting a structured approach to maintenance that underscores the critical nature of equipment reliability. This schedule supports federal guidelines and standards relevant to RFPs and grants, ensuring compliance and the maintenance of safe operational conditions for hydraulic elevators.
    The document outlines the Preventive Maintenance (PM) Schedule for traction, cable, and electric elevators at USAG-RIA, detailing the tasks required for various frequencies: monthly, quarterly, semi-annually, and annually. The maintenance tasks cover a comprehensive list of inspections and services, including checking operational sounds, inspecting machine room equipment, lubricating components, and ensuring the functionality of safety devices. Each task is identified by a number, categorized under specific sections like motor room inspections, hatch lubrication, and in-car evaluations. The purpose of this detailed schedule is to ensure the safe and effective operation of elevator systems, supporting government requirements for maintenance standards and public safety. The structured approach ensures that critical components are regularly assessed and maintained, thus preventing potential hazards and maintaining compliance with federal and local regulations regarding elevator operations. This maintenance program underscores the government's commitment to safety and operational integrity in public infrastructure.
    The document outlines preventive maintenance (PM) scheduling for wheelchair elevators at US Army Garrison Rock Island Arsenal (USAG-RIA). It lists essential PM tasks to be performed monthly, quarterly, semi-annually, and annually. Key tasks include checking voltage and amperage, inspecting drive components, aligning screws, and testing emergency systems. Each task is marked to indicate its required frequency, ensuring proper operation and safety compliance of the elevators. Completing these maintenance checks is crucial to identifying deficiencies and enhancing the elevator's reliability and functionality. The structured approach aligns with government contract requirements for ongoing facility management and adherence to operational standards.
    The document USAG-RIA -- Technical Exhibit 06 outlines the requirements for periodic inspections and tests of elevators within the U.S. Army's Rock Island Arsenal (RIA). It specifies the need for compliance with federal and local regulations to ensure operational safety and reliability of elevator systems. Key points include detailed procedures for inspections, including frequency and standards to be met, maintenance expectations, and documentation required for safety compliance. Additionally, the exhibit highlights the qualifications of personnel conducting the inspections, stating the need for certified inspectors who possess relevant training and experience in elevator systems. The submitted reports must encapsulate findings, recommend necessary repairs, and outline maintenance schedules to enhance safety and operational efficiency. Overall, the RFP emphasizes the Army's commitment to maintaining safe and reliable elevator operations while adhering to applicable regulations and standards, thereby underpinning the importance of regular inspections and preventative maintenance in federal infrastructure management.
    The document outlines the Performance Requirements Summary (PRS) for a federal contract, specifying the standards and expectations for various service categories. Key focus areas include technician certifications, security training, contract reporting, preventative maintenance, and service call protocols. Each requirement lists the relevant section of the Performance Work Statement (PWS), the acceptable maximum defect rate, and the method of surveillance. For critical areas such as technician certification and web reporting, the document mandates a 0% defect threshold and 100% inspection. Moreover, other services allow up to 10% defects with random inspections. This structured approach highlights the federal commitment to rigorous standards and accountability in the delivery of contracted services, ensuring quality and compliance across all operational aspects. The PRS serves as a guide for contractors to align their performance with federal expectations and regulations in government RFPs and grants.
    The document outlines a schedule of deliverables required under a government contract for elevator maintenance and inspection services. It specifies various deliverables, their submission frequencies, required formats, and recipients. Key deliverables include Employee Certification, Written Quality Control Procedures, Contractor Personnel Roster, and specific training certificates, all due at defined intervals after the contract award. The document emphasizes procedural updates, training compliance, and maintenance schedules, highlighting the contractor's responsibility to ensure ongoing operational security and effectiveness. Additional requirements include a web-based reporting system and inspection checklists, culminating in an annual review of maintenance logs and a certificate of operation. This framework is part of compliance with federal guidelines under Request for Proposals (RFPs) and reinforces the contractor's obligations to maintain safety and standardization within public service operations.
    The TE‐09 Elevator Log Check-in/Check-out Sheet is a document associated with the USAG-RIA Contract No. W52P1JXXXXXXX, detailing the entry and exit of technicians servicing elevators. The sheet is structured to capture essential information such as the technician's name, contact information, visit dates, the building and elevator specifics, technician license numbers, and time logs for each visit. It includes a section for ticket numbers to track service requests. This log aims to maintain an organized record of maintenance activities and compliance with operational standards for elevator services. Effective tracking ensures that service visits are documented systematically, contributing to the oversight of safety and maintenance requirements in compliance with federal and local regulations. The document serves as a critical tool for both accountability and regulatory adherence in managing elevator operations within government facilities.
    The Contractor/Vendor Guide for Beta.SAM.gov outlines essential information for businesses to engage with the U.S. Government through the System for Award Management (SAM) and its modernized version, Beta.SAM. Key steps include obtaining a Data Universal Number System (DUNS) number, completing the SAM registration process, and acquiring a Commercial and Government Entity (CAGE) Code. The guide provides navigation tips for using Beta.SAM, including setting up a user account, accessing workspace features, and searching for contract opportunities. Users can follow specific contract notices and utilize the Interested Vendors List (IVL) feature to express interest in competing for government contracts. The document also details the distinction between public and controlled contract opportunity attachments, emphasizing that proper registration and certification are required to access sensitive materials. Overall, this guide aims to facilitate contractor engagement with federal, state, and local government entities, ensuring compliance with necessary regulations and procedures.
    The US Army Garrison-Rock Island Arsenal (USAG-RIA) is planning a contract for elevator services from 2024 to 2029. The contract includes three Contract Line Item Numbers (CLINs): CLIN 0001 for service order calls and preventative maintenance on 41 elevators, CLIN 0002 concerning government-provided surrogate services, and CLIN 0003 for contract manpower reporting. The primary contract type is Firm Fixed Price (FFP), except for the manpower reporting, which is Non-Speculative Pricing (NSP). The estimated total evaluated price spans five ordering periods, gradually increasing from $1,317,735.65 in the first period to $1,438,986.16 in the final period. Additionally, unscheduled maintenance services related to project work orders exceeding $5,000 are noted, particularly for tasks not encompassed by the Performance Work Statement (PWS). This document outlines a significant investment focused on maintaining efficient elevator operations and ensuring compliance with government service standards over the contract span.
    The Rock Island Arsenal Elevator Maintenance Performance Work Statement outlines a contract for the maintenance and repair of elevators at the U.S. Army Garrison - Rock Island Arsenal. The primary objective is to ensure both scheduled and unscheduled maintenance services for various elevator types. The document stresses the contractor's responsibility for all aspects of the service, including management, personnel, compliance with local regulations, and maintaining safety protocols. Key requirements include employing qualified mechanics, ensuring communication mechanisms among shift workers, adhering to security and operational guidelines, and implementing energy conservation and environmental protection measures. The contractor must maintain detailed records, provide safety oversight, and prepare for inspections by various authorities, ensuring compliance with both federal and Army standards. The structure comprises multiple sections detailing general information, specific maintenance requirements, operational protocols, quality assurance measures, task descriptions, and regulatory compliance pertaining to safety and environmental issues. The emphasis on quality control and preventative maintenance highlights the government's commitment to safety and reliability in maintaining critical infrastructure.
    The document is an amendment to Request for Proposal (RFP) W519TC-24-R-2048 issued by the U.S. Army Contracting Command for elevator maintenance services. The amendment incorporates several key changes, including revisions to the Performance Work Statement (PWS) and the Price Matrix, correcting the executive summary, and updating contract clauses. The solicitation is intended for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract, beginning on November 1, 2024, with subsequent ordering periods through October 31, 2029. Proposals must be received by October 16, 2024, and all offerors are required to be registered in the System for Award Management (SAM). A mandatory site visit is scheduled for October 1, 2024, to familiarize potential contractors with the facilities involved. The RFP, including its attachments and modifications, outlines specific requirements and expectations for contractors, emphasizing the importance of adhering to detailed instructions to avoid proposal rejection. Overall, the amendment maintains the RFP’s integrity while ensuring clarity and compliance with federal acquisition regulations.
    The U.S. Army Contracting Command at Rock Island Arsenal is issuing a Request for Proposal (RFP) under solicitation number W519TC-24-R-2048 for a comprehensive Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract for elevator maintenance services. This contract will last five years, divided into five ordering periods from November 1, 2024, to October 31, 2029. The anticipated work includes both service calls and preventative maintenance for 41 elevators on the premises. The RFP is open to all offerors, and a single award is expected based on evaluation criteria that include technical performance, past experience, and price. All proposals must be submitted by 12:00 PM CST on October 16, 2024, and offerors are required to be registered in the System for Award Management (SAM). An informational site visit is scheduled for October 1, 2024. Potential contractors must ensure compliance with specific licensing and employment qualifications, including submitting evidence of elevator maintenance certifications. The document emphasizes the importance of complete proposals, adherence to the established evaluation criteria, and understanding of federal regulations relevant to the solicitation, ensuring a thorough competitive bidding process for essential elevator maintenance services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. This project involves the construction of a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced systems such as cybersecurity and fire protection. The estimated contract value ranges from $10 million to $25 million, with proposals due by September 20, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil. Interested contractors should ensure compliance with all specified requirements, including bonding and insurance, and are encouraged to submit innovative proposals that meet the project's stringent design and quality standards.
    Elevator Preventative Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 375th Contracting Squadron, is soliciting quotes for Elevator Preventative Maintenance services at Scott Air Force Base (AFB) in Illinois. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to ensure the safe and continuous operation of vertical transportation equipment at Scott Inn. This procurement is crucial for maintaining operational readiness and safety standards within the facility. Interested contractors must submit their quotes via SAM.gov by September 17, 2024, following a site visit on September 19, 2024, and should direct any inquiries to Contract Specialist Tymera Washington at tymera.washington@us.af.mil or by phone at 618-256-4475.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    W519TC-24-Q-2180 DRS MWMSS IDIQ Drilling Machine & Ram Kit Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Drilling Machines and Ram Kits under Solicitation W519TC-24-Q-2180. This procurement aims to support the Metal Working and Machine Shop Set program at the Rock Island Arsenal, with a focus on acquiring commercial items through a Firm Fixed Price, 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by October 4, 2024, and must include a Certificate of Conformance upon delivery, with evaluation criteria emphasizing the lowest total evaluated price. Interested contractors should direct inquiries to Sophia Muckenfuss or Corbin De La Cruz via the provided email addresses for further details.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    WHIPPANY ACTUATOR EVALUATION AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the evaluation and repair of Electro-Mechanical Linear Actuators under solicitation number W912NW-24-Q-0090. The procurement aims to address urgent repair needs for four actuators used in the CH-47 rotor head, with a fixed-price purchase order expected to be awarded to the sole source, Whippany Actuation Systems LLC, due to its exclusive access to necessary spare parts and technical support. This contract emphasizes the importance of specialized vendors in defense procurement and includes compliance with Federal Acquisition Regulation (FAR) clauses to ensure fair competition and support for small and disadvantaged businesses. Proposals are due by 3:00 PM on September 19, 2024, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    DUST COLLECTOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting proposals for a dust collector to support operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. The procurement aims to acquire a system that effectively manages nuisance dust generated during rubber manufacturing processes, ensuring compliance with safety and operational standards. This initiative is critical for maintaining air quality and operational readiness within specialized manufacturing environments. Proposals must be submitted by September 20, 2024, with a mandatory site visit scheduled for September 12, 2024. Interested vendors can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details.
    Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.