WSD/CVD ELEVATOR MAINTENACE AND REPAIR
ID: W912P724R0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SAN FRANSAN FRANCISCO, CA, 94102-3406, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers San Francisco District, is soliciting proposals for elevator maintenance, inspection, testing, and repair services at the Coyote Valley Dam and Warm Springs Dam in California. The contract, which is set aside for small businesses, requires contractors to ensure the safe and reliable operation of elevators, including conducting quarterly preventive maintenance and emergency repairs, with a total projected budget of $360,000 over a base year and three option years. This procurement underscores the importance of maintaining critical infrastructure and adhering to safety standards, with proposals due by October 28, 2024, at 12:00 PM PT. Interested parties can contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil for further information.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for elevator maintenance, inspection, testing, and repair at Coyote Valley Dam and Warm Springs Dam in California. The contractor is responsible for ensuring these elevators operate safely and within specified performance standards while providing all necessary personnel, equipment, and services, except those provided by the government. Key responsibilities include conducting quarterly preventive maintenance, semi-annual inspections, and emergency repair services, all detailed in the document. The contract lasts for a year, with three optional years, emphasizing strict adherence to safety protocols and quality control. A certified mechanic must supervise all maintenance tasks, and contractors are expected to communicate effectively and maintain a professional appearance. The document also stipulates payment procedures, logbook maintenance requirements, and compliance with applicable regulations. Overall, the PWS serves the purpose of ensuring the reliable operation of critical infrastructure elevators, highlighting the government’s commitment to safety and efficiency in maintaining these essential systems.
    The document outlines a federal government contract proposal for various services over multiple years, specifically covering inspections, testing, and reporting. The base year includes tasks such as pre-work submittals, pre-work meetings, periodic inspections, category 5 testing, and contract reporting, with each task represented for two categories: CVD and WSD. Similar service provisions are extended into three option years, maintaining the same structure and quantities—each identified as requiring one job per task. The option years reiterate essential services like periodic inspections and emergency maintenance, with a capped expenditure of $45,000 for unscheduled repairs in each year. The total projected budget for all services across the base year and three option years amounts to $360,000. This document serves as a formal Request for Proposal (RFP), inviting bids from potential contractors to fulfill the outlined requirements, reflecting government commitment to routine safety checks and compliance through established contract reporting procedures.
    The US Army Corps of Engineers (USACE) San Francisco District is soliciting responses for a Past Performance Questionnaire as part of the evaluation process for Elevator Maintenance, Repair, and Inspection Services at Warm Springs and Coyote Valley Dams in California. The questionnaire seeks detailed information regarding the performance history of contractors, which will help assess their capabilities and reliability for the upcoming contract. Key sections include contract identification, customer agency identification, and specific queries related to the contractor's role, performance, and contract details. Respondents are encouraged to complete the questionnaire electronically and submit it by the specified deadline to aid in the competitive selection process. This document underscores the importance of past performance data in the federal procurement process, reinforcing the need for timely and accurate feedback from prior clients.
    This document contains two General Wage Determinations (CA20240005 and CA20240007) for federal construction projects in California, detailing wage classifications and rates applicable under the Davis-Bacon Act. The first determination applies to building construction projects in Del Norte, Humboldt, Lake, and Mendocino Counties. It mandates that contracts entered after January 30, 2022, must pay a minimum wage of $17.20/hour or the relevant higher rate for 2024, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90/hour. Various worker classifications are listed alongside their respective wage rates and fringe benefits. The second determination covers multiple counties including Alpine, Amador, and Placer, focusing on building, heavy, dredging, and highway construction. Similar wage requirements apply, with classifications based on regional variations. Each classification includes distinct wage rates, including specialized roles like asbestos workers and boilermakers, reflecting varying demands and skills required in different areas. Overall, these wage determinations ensure fair compensation for laborers and compliance with federal standards in public works projects, emphasizing the importance of adhering to established wage rates to protect worker rights and promote equitable labor practices.
    The U.S. Army Corps of Engineers, San Francisco District, invites proposals for a four-year Firm Fixed Price Contract (Base Year plus three Option Years) for elevator repair and maintenance services, identified as solicitation W912P724R0020. The project includes periodic inspections, preventive maintenance, and emergency services for vertical transportation equipment, with a total price range of $500,000 to $1,000,000. The solicitation is set aside for small businesses, emphasizing that technical and past performance evaluations are significantly more important than price. Bid submissions are due by October 28, 2024, at 12:00 PM PT, and offerors must ensure compliance with registration requirements in the System for Award Management (SAM). A site visit is strongly encouraged before proposals are submitted, and all evaluations will focus on technical capabilities, pricing reasonableness, and relevant past performance. Offerors must include a comprehensive proposal with specific documentation addressing project requirements, including a pricing schedule and past performance evidence. This solicitation reflects the government’s commitment to maintaining infrastructure standards while promoting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Elevator Maintenance Services at Caven Point Marine Terminal
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator maintenance services at the Caven Point Marine Terminal in Jersey City, New Jersey. The procurement involves comprehensive maintenance tasks, including annual and semi-annual inspections, emergency services, and adherence to manufacturer recommendations and New Jersey state regulations for a Schindler 330A Hydraulic Elevator. This contract, identified by solicitation number W912DS24Q0029, emphasizes performance-based fixed-price tasks and includes options for additional years of maintenance, ensuring compliance with federal wage determinations and worker benefits. Proposals are due by October 3, 2024, at 2:00 PM, and interested parties can contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or 917-790-8089 for further information.
    NWW HQ Elevator Maintenance Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking a contractor to provide routine and non-routine elevator maintenance services for three elevators at their District Headquarters located in Walla Walla, Washington. The procurement involves a hybrid contract structure that includes both firm fixed price (FFP) and time and materials (T&M) components, with a focus on ensuring compliance with relevant elevator standards and maintaining safe operations. Interested contractors are required to participate in a site visit to discuss safety compliance and project execution, and must submit inquiries through a designated Bidder Inquiry website prior to the submission deadline. For further details, contractors can contact Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal. 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 within government facilities, supporting approximately 6,500 personnel. Interested contractors must submit their proposals by 12:00 PM CST on October 16, 2024, and are encouraged to attend a mandatory site visit on October 1, 2024. For further inquiries, contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or call 520-693-0169.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing all necessary personnel, equipment, and materials to ensure the safe and continuous operation of various types of VTE, including elevators and lifts, in compliance with established safety standards and regulations. This procurement is critical as it supports the mission-essential functions of JBLM, ensuring operational efficiency and safety for military personnel and facilities. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    Elevator Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide elevator repair services at MacDill Air Force Base in Florida. The procurement involves the repair of Service Elevator Car 4, requiring the contractor to supply all necessary tools, labor, and materials while adhering to federal, state, and local regulations, including the management of hazardous materials such as asbestos. This project is critical for maintaining operational safety and efficiency within the facility, with a completion timeline of 90 days post-award. Interested parties must submit a capabilities package by October 7, 2024, at 10:00 AM EST, to the designated contacts, Jason Camelo and Melissa Biggar, via the provided email addresses.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    Replace Back Channel Hydraulic Dam Gate Cylinders
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the replacement of hydraulic dam gate cylinders at the Emsworth Locks and Dams on the Ohio River in Allegheny County, Pennsylvania. The project entails the removal and disposal of existing hydraulic cylinders, installation of twelve new cylinders, and upgrades to the control system, including new communication cards and PLC processors. This work is critical for maintaining the operational integrity of the dam, with a contract value estimated between $5 million and $10 million and a completion timeline of 720 calendar days post-award. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued around October 8, 2024. For further inquiries, contact Shantae Mollison at shantae.m.mollison@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.