Elevator Preventive Maintenance and Major Repairs Services
ID: W912CN-25-Q-KT01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Elevator Preventive Maintenance and Major Repairs Services at various military facilities in Hawaii, including Schofield Barracks and Fort Shafter. The procurement aims to ensure the operational readiness and safety of elevators and chairlifts across multiple installations, with services including preventive maintenance, emergency repairs, and compliance with federal safety standards. This initiative is crucial for maintaining the infrastructure that supports military operations and enhances the quality of life for personnel. Interested parties must submit a capabilities statement by 4 PM Hawaiian Standard Time on July 31, 2025, to Contract Specialist Kyle Tanaka at kyle.m.tanaka.civ@army.mil, with the potential for contract awards based on market research and business size eligibility.

    Point(s) of Contact
    Files
    Title
    Posted
    The Annex A of OPORD 24-015 outlines the Performance Work Statement (PWS) for non-personal services to be provided at U.S. Army Garrison Hawaii. The primary objective is to deliver comprehensive Elevator and Chairlift Preventive Maintenance, Repair, Inspection, and Certification Services across multiple Army facilities on Oahu. The contractor is tasked with ensuring compliance with relevant federal, state, and local laws, including safety codes like ASME standards. Key requirements include the development of a preventive maintenance program, emergency service response within specified timeframes, and quality control measures to maintain service standards. The contractor must document all maintenance actions and provide reports to the Contracting Officer Representative (COR) to ensure accountability. There are stringent guidelines on service quality, including acceptable quality levels (AQLs) for various tasks. Coordination with government personnel and adherence to installation security policies are critical, as is the submission of various deliverables and transition plans to manage the contract effectively. Overall, this document emphasizes the importance of structured maintenance and operational efficiency, reflecting the government's commitment to ensuring the safety and functionality of elevators and chairlifts at military installations while fostering accountability through precise performance parameters.
    The document outlines the specifications of elevators located at various barracks across Fort Shafter, Schofield Barracks, Helemano Military Reservation, and Wheeler Army Airfield, effective June 1, 2025. It details the location, building number, type, weight capacity, manufacturer, and number of landings for each elevator. The total count of elevators is 40, comprising 38 traction elevators and 2 hydro elevators. The summary includes various models and capacities, indicating manufacturers such as Schindler, Montgomery, Thyssen-Krupp, Kone, and Fujitec/Lift Solutions. This information is essential for understanding the infrastructure aspects of military housing establishments and may be relevant for federal grant applications and local RFPs aimed at upgrading or maintaining military facilities.
    This document outlines the specifications for non-uph administrative elevators across various military locations in Hawaii, including Aliamanu, Fort Derussy, Fort Shafter, Schofield Barracks, Helemano Mil Res, and Wheeler Army Airfield. It details each elevator's building number, type, weight capacity, manufacturer, and number of landings. A total of 44 elevators are listed, with the majority categorized as hydraulic and a smaller number as traction. The table format clearly presents the data for easy reference to maintain operational efficiency. This summary serves the context of government RFPs by providing necessary specifications for future maintenance or replacement of these elevators, thus ensuring safety and operational readiness of these facilities effective from June 1, 2025. The purpose aligns with federal government standards for infrastructure management in federal installations.
    The document outlines the details of reimbursable elevators located at the 9th Missile System Command (9MSC). It lists various hydro-elevators, specifying their respective building numbers, types, capacities, manufacturers, and number of landings. The table indicates a total of five hydro-elevators with capacities ranging from 2,500 to 3,000 lbs, made by manufacturers such as Thyssen-Krupp, Schindler, and Dover. The information is relevant for federal procurement processes, particularly in the context of government RFPs, grants, and local solicitations, ensuring transparency and accountability in the management of vertical transportation systems. The effective date for these details is set for June 1, 2025, indicating the timeframe in which this information will be relevant for stakeholders involved in maintenance and operational planning.
    The document is a technical exhibit detailing the list of non-UPH (Unaccompanied Personnel Housing) administrative elevators within various military facilities, including their specifications and testing dates. It categorizes the elevators by location, building number, type, capacity, make, and last test date, while indicating when the next tests are due. The elevators are primarily hydraulic and traction types, with a smaller number of wheelchair lifts. This record serves as an essential inventory for facility management, ensuring compliance with maintenance schedules crucial for safety standards. The testing interval for hydraulic elevators is every three years and for traction elevators, every five years. Some elevators lack complete data, marked with asterisks. Overall, this document aids the government in tracking elevator condition and fostering safe operating environments within military administrative buildings.
    The document serves as a technical exhibit detailing the testing history and status of elevators located within various barracks across different military installations, primarily focusing on Fort Shafter and Schofield Barracks. It lists specific building numbers, the type of elevators (traction or hydro), their capacities, manufacturers, and the dates when inspections were last conducted. The exhibit also indicates when the next tests are due, distinguishing between traction elevators, which require testing every five years, and hydro elevators, which need testing every three years, effective from June 1, 2025. A total of 40 elevators are accounted for, consisting of 38 traction and 2 hydro elevators. This assessment aims to ensure the safety and proper functioning of vertical transportation systems within military accommodations. Such detailed records are critical for compliance with safety regulations and for planning maintenance or upgrades, reflecting the government's ongoing commitment to infrastructure safety in military facilities.
    The document outlines the specifications and locations of non-UPC (non-unit personnel) administrative lifts at various military facilities, focusing on wheelchair lifts. It includes details regarding their capacities, makes, and specific building numbers at Fort Shafter, Tripler Army Medical Center, and Wheeler Army Airfield. A total of six lifts are cataloged, with varying capacities and brands, indicating ongoing efforts to enhance accessibility for individuals with disabilities within federal installations. The provided information is effective from June 1, 2025, highlighting the government's commitment to meeting accessibility standards and guidelines in public works projects. This document is likely relevant for federal grants, RFPs, and compliance with accessible design regulations in government contracting.
    The document outlines the deliverables required for Elevator and Chairlift Maintenance, Repair, Test, Inspection, and Certification Services following the standards set in the Performance Work Statement (PWS). Key deliverables include a transition plan, safety and spill plans, quality control plans, preventive maintenance schedules, and various reports related to inspections and certification processes. The contractor must submit these documents within specific timeframes following contract award—many within ten days or within the first month of service initiation. Safety procedures for hazardous spills and comprehensive quality management are emphasized, ensuring compliance with regulations. Furthermore, the contractor is responsible for certifications and testing schedules, submitting detailed maintenance reports monthly and invoices on time. Overall, the document establishes the structured requirements for maintaining essential elevator and chairlift operations while ensuring safety and accountability. The purpose aligns with government procurement protocols, ensuring transparency, quality, and adherence to contractual obligations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    Korean Elevator Maintenance/Repair.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Korean Elevator Maintenance and Repair services at Kunsan Air Base, Korea. The procurement aims to ensure the operational readiness and safety of elevator systems through comprehensive maintenance and repair services, as outlined in the attached Performance Work Statement (PWS). These services are critical for maintaining essential infrastructure and supporting the daily operations of the base. Interested contractors can reach out to D Estes at d.s.estes.civ@army.mil or call 315-755-9314 for further details regarding the solicitation process.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    American Elevator Maintenance/Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and repair of elevators at Kunsan Air Base in Korea. The procurement aims to ensure the operational efficiency and safety of elevator systems, which are critical for personnel and equipment movement within the base. Interested contractors should refer to the attached Performance Work Statement (PWS) for detailed requirements. For inquiries, potential bidders can contact D Estes at d.s.estes.civ@army.mil or call 315-755-9314.
    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.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking vendors capable of providing elevator inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement is structured as a firm-fixed-price contract with a base year and four option years, aimed at ensuring the safety and reliability of the medical center's elevator systems. Interested vendors are invited to submit a capability statement, including their DUNS number and business details, by December 15, 2025, at 2:00 PM Central Time. For further inquiries, vendors can contact Contract Specialist Makena James at Makena.James@va.gov or by phone at (414) 844-4871.