Update Passenger Elevator
ID: 1232SA25R0044Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF LABORATORIES AND CLINICS (Z2DB)

Set Aside

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

    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the update of a passenger elevator at the Dairy Forage Research Center located in Madison, Wisconsin. The project involves replacing the existing elevator, which is over 40 years old, with modern equipment to enhance functionality, safety, and efficiency, and is classified under NAICS code 238290 as a total small business set-aside. The estimated construction cost ranges between $100,000 and $250,000, with a performance period of 300 calendar days following the notice to proceed, expected to commence on September 15, 2025, and conclude by July 31, 2026. Interested contractors must register for a site visit by July 15, 2025, and direct inquiries to Joshua J. Dobereiner at josh.dobereiner@usda.gov, ensuring compliance with all solicitation requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Agricultural Research Service has established a Construction Progress and Payment Schedule (Form ARS-371) to facilitate the monitoring and accounting of construction projects. This document outlines the necessary steps and information required to complete the form, which must be submitted within 14 days of receiving the Notice to Proceed. The form requires details such as the contract number, project amount, estimated timeline, and contractor information. Key sections include a breakdown of the project's value and percentage of work completed in relation to the overall project. Columns are designated for tracking the start and completion dates for each work segment, ensuring clarity in the project timeline. Contractors must sign the form, which is submitted for approval by the Contracting Officer, emphasizing the importance of this documentation for managing federal funding and compliance in construction undertakings. Overall, the form is essential for delineating scope, progress, and financial accountability in government-funded construction projects.
    The document outlines the process for a contractor's request for payment under a specified government contract. It includes essential sections such as contract details, payment calculations, and necessary signatures for authorization. Key components are the amounts related to the original contract, any change orders, the total adjusted price, and the value of work completed up to the payment period. The contractor certifies that all previous payments to subcontractors have been made and that no amounts are being withheld illegally. The due diligence in noting material stored at the site is emphasized to ensure compliance with contractual obligations. This structure reflects procedural transparency in the management of federal contracts and underscores the importance of accountability in government procurement processes. Overall, the document serves as a formal request to ensure proper disbursement of funds and adherence to contract stipulations.
    The document outlines requirements for calculating self-performed and subcontracted work for federal government RFPs, specifically for NAICS 236xxx, 237xxx, and 238xxx. Offerors must commit a specified percentage (15% or 25% depending on NAICS code) of contract performance costs for personnel to their employees or those of other small businesses. The file mandates a detailed breakdown of material and personnel costs by specification division, with clear identification of self-performed personnel costs versus those of eligible small business concerns. It also specifies that home office overhead, profit/fee, and bond costs should be added after subtotaling personnel and material/equipment costs. A suggested format is provided for this breakdown, along with a calculation methodology for self-performed personnel costs, which includes labor, mechanics, other tradesmen, and directly charged office personnel. The document concludes with a certification requirement, ensuring the accuracy of the submitted representations.
    This document outlines the requirements for offerors related to the self-performance and subcontracting of work for federal contracts categorized under specific NAICS codes. It mandates that contract bids must allocate a minimum percentage of performance costs—15% for NAICS 236xxx and 25% for NAICS 237xxx and 238xxx—toward personnel expenses incurred by the offeror or small business concerns. Offerors are instructed to provide a detailed breakdown of material and personnel costs associated with each specification division of the project, differentiating between small business vendors and others. The document also includes a calculation framework to determine the total self-performed work versus subcontracted work, ensuring transparency and adherence to government contract standards. Finally, an authorized representative must certify the accuracy of the submissions. This structure reinforces the importance of engaging small businesses and maintaining accurate accounting to comply with federal contracting regulations.
    The provided document is a Contractor Certification form, likely part of a federal, state, or local Request for Proposal (RFP) or grant application, focusing on contractor responsibility and safety. It requires contractors to disclose their Occupational Safety and Health Administration (OSHA) violation history for the past three years (2020-2023), specifically requesting explanations for any serious, willful, or repeat violations. The document explicitly states that four serious, one repeat, or one willful violation could lead to a determination of non-responsibility. Additionally, contractors must provide their current Insurance Experience Modification Rate (EMR), supported by a signed letter from their insurance carrier on company letterhead. The form concludes with signature lines for the contractor's name, typed name, and title, ensuring accountability and verification of the provided information. This certification aims to assess a contractor's safety record and financial stability before awarding government contracts.
    The document focuses on contractor certification requirements for a specific project, including accountability for safety violations and insurance information. It requests contractors to disclose the number of serious, willful, or repeat violations from OSHA over the past three years, noting that four serious violations, one repeat, or one willful violation could classify the contractor as non-responsible. Additionally, contractors must provide their current Experience Modification Rate (EMR), supported by a signed letter from their insurance carrier. The document requires a signature, typed name, and title of the contractor's representative, underscoring the importance of safety compliance and financial responsibility in government contract bidding. This certification is essential to ensure that contractors meet federal and state standards before being awarded contracts or grants.
    The "Past Performance Evaluation Sheet" is a crucial document for government contractors, requiring them to submit a minimum of three completed sheets with their proposals. This form collects essential information about previous contracts, including the contractor's name, the government agency or company that awarded the contract, contract number, description of services, contract value, period and place of performance, and contract type. It also mandates the inclusion of a current point of contact with their email and phone number for verification. Contractors must also provide explanations and corrective actions for any "Cure Notice" or "Show Cause" received. The document emphasizes that the government is not obligated to seek additional information beyond what is provided, and contractors are responsible for ensuring the Current COR or Contract Point of Contact receives and comments on the document. This sheet serves as a standardized method for evaluating a contractor's past performance, ensuring transparency and accountability in the bidding process for federal, state, and local RFPs and grants.
    The Past Performance Evaluation Sheet is a document required for contractors submitting proposals for federal and local government contracts. Each contractor must complete an evaluation sheet for a minimum of three previous contracts, detailing several key elements. These elements include the contractor’s name, contract number, description of services provided, contract value, period of performance, place of performance, and type of contract. Additionally, the sheet must contain contact information for a current point of contact from the government agency that awarded the contract. There is also a section where contractors must explain any Cure Notices or Show Cause notices received, detailing corrective actions taken. It is the contractor's responsibility to ensure that the current Contracting Officer's Representative (COR) reviews and comments on the completed evaluation sheet. This process underscores the importance of past performance in assessing a contractor's capability, thereby aiding government entities in making informed procurement decisions while ensuring accountability and transparency in government contracting.
    The document, Solicitation 1232SA25R0044, addresses questions and answers related to a Request for Information (RFI) concerning an upgrade project, likely for an elevator or similar mechanical system. The first question clarifies whether a "jack" referenced in the "Bid Information" section of the Statement of Work (page 4) should be replaced or retained; the answer states that the jack can be retained. The second question inquires about the retention of hall doors and equipment, excluding interlocks. The response confirms that hall doors will be retained but require new guide assemblies. This RFI aims to provide necessary clarifications for potential bidders on specific components of the upgrade project, ensuring a clear understanding of the scope of work for this government procurement.
    The document details the solicitation for a construction project to update a passenger elevator at the Dairy Forage Research Center in Madison, Wisconsin. It is classified under NAICS code 238290 and is designated as a 100% small business set-aside with an estimated construction cost between $100,000 and $250,000. The timeline for project completion is stipulated as 300 calendar days following the notice to proceed, with a performance period spanning from September 15, 2025, to July 31, 2026. Key requirements include obtaining necessary permits, adhering to OSHA safety standards, and utilizing biobased products where applicable. The contractor is responsible for managing the entire project workflow, communicating utility outages, and ensuring all personnel meet specified qualifications. The document outlines the bidding process, acceptance criteria, and compliance with various federal regulations linked to procurement and contracting, emphasizing the importance of quality control and safety in construction operations. This solicitation serves as an official request to qualified contractors to submit proposals by the specified deadline, ultimately aiming to modernize the facility's operational capabilities while adhering to government standards and promoting small businesses.
    This document is Amendment 0001 to Solicitation No. 1232SA25R0044, issued by USDA ARS Acquisition and Property D, Beltsville, MD. The purpose of this amendment, effective July 8, 2025, is to provide site visit sign-in sheets and responses to all requests for information (RFIs) received by the RFI deadline. All other terms and conditions of the original solicitation remain unchanged. The period of performance for this solicitation is from September 15, 2025, to July 31, 2026. This amendment emphasizes that offers must acknowledge receipt by completing Items 8 and 15 and returning copies, or by other specified methods, to avoid rejection.
    The document is a sign-in sheet for a site visit related to Solicitation 1232SA25R0044, concerning "Passenger Elevator Updates." The site visit was scheduled for July 16, 2025, at 1:00 PM CDT. The form captures attendees' names, companies, email addresses, and phone numbers, indicating a pre-bid or pre-proposal meeting for potential contractors interested in the elevator update project. This is typical for government RFPs to ensure all prospective bidders have a clear understanding of the project scope and site conditions.
    This government Statement of Work (SOW) outlines the West Elevator Replacement project at the U.S. Dairy Forage Research Center (DFRC) in Madison, WI. The project, initiated by the USDA-ARS, focuses on replacing the aging west passenger elevator, which has a 3000lb capacity, serves three stops, and operates at 125 fpm. The base bid includes upgrading the controller, jack, car, hoist way wiring, door equipment, car fixtures, and hall fixtures to enhance functionality, safety, and efficiency. An optional bid covers updating the cab finishes. The existing elevator is over 40 years old and experiences frequent operational issues due to obsolete parts. The project emphasizes adherence to current codes (ASME A17.1, Wisconsin Administrative Code SPS 318), safety protocols, and coordination with DFRC operations to minimize disruption. The contractor is responsible for all materials, waste disposal, and obtaining necessary permits, with work to commence within 30 days and be completed within 300 days of the Notice to Proceed. A pre-construction meeting and site visit are strongly encouraged for interested parties.
    The West Elevator Replacement project at the U.S. Dairy Forage Research Center (DFRC) aims to upgrade the existing passenger elevator in Madison, WI, due to its frequent operational failures and outdated systems. The project includes replacing various components such as the elevator controller, power unit, and modernizing door and cab fixtures, all compliant with current safety standards. Contractors must submit detailed plans, including waste management and safety protocols, prior to commencing work, which is expected to take no longer than 300 days from the Notice to Proceed. Key personnel will oversee the project's execution, ensuring minimal disruption to ongoing research within the facility. There will be a focus on protecting sensitive equipment and surroundings from construction activities. Safety provisions are outlined, including personal protective equipment and emergency response plans. Overall, this initiative reflects the USDA's commitment to maintaining modern infrastructure in research facilities while adhering to strict guidelines for safety and environmental protection.
    The General Decision Number WI20250005, effective June 27, 2025, sets prevailing wage rates for building construction projects in Dane County, Wisconsin, excluding residential buildings up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended thereafter). The document details specific wage and fringe benefit rates for various trades, including asbestos removal workers, boilermakers, electricians, ironworkers, plumbers, and truck drivers. It also addresses annual adjustments to executive order minimum wages, conformance requests for unlisted classifications, and paid sick leave requirements under EO 13706. The document concludes with a comprehensive guide on the wage determination appeals process, outlining steps for review and reconsideration by the Wage and Hour Administrator and appeals to the Administrative Review Board.
    The document outlines wage determinations for building construction projects in Dane County, Wisconsin, under the General Decision Number WI20250005, applicable as of June 27, 2025. It specifies wage rates mandated by the Davis-Bacon Act and related Executive Orders for various classifications of labor, excluding residential construction. It details rates and fringe benefits for skilled trades, including laborers, electricians, plumbers, and asbestos workers, alongside guidelines for contractors regarding minimum wage compliance and additional requirements under applicable executive orders for contracts initiated or renewed after specified dates. Moreover, it emphasizes the need for contractors to submit conformance requests for any classifications not listed. The document serves as a vital reference for maintaining fair labor standards and supporting compliance within federally funded projects while outlining the appeals process for wage determinations. This summary encapsulates key components pertinent to government RFPs and grants, ensuring adherence to labor regulations.
    Lifecycle
    Title
    Type
    Update Passenger Elevator
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    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.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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.
    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.
    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.
    Canola Meal for Prairie du Sac Farm
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for a 12-month contract to supply canola meal for the USDA Prairie du Sac Farm in Wisconsin. The procurement requires approximately 506 tons of canola meal, delivered in about 23 shipments, with each delivery consisting of around 22 tons and a minimum crude protein content of 36%. This contract is crucial for supporting the farm's operations and is set aside exclusively for small businesses under NAICS code 311224, with a size standard of 1,250 employees. Interested vendors must submit their quotes by providing detailed pricing and company information, including SAM registration, by the deadline of February 8, 2027. For further inquiries, potential offerors can contact Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Y1DA--NRM-CONST 630A4-26-104 Upgrade NFS Elevator S-7
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) construction contractors for the full modernization of Elevator S7 at the Brooklyn VA Medical Center. The project, estimated to cost between $1,000,000 and $5,000,000, involves the demolition of outdated elevator equipment, installation of new non-proprietary controls and machinery, refurbishment of the elevator cab, and upgrades to safety devices to comply with current codes. This modernization is crucial for maintaining operational efficiency in a medical facility environment, ensuring minimal disruption to ongoing services during construction. Interested contractors must submit their qualifications by January 9, 2026, at 3:00 PM EST, and can contact Contract Specialist Torell Camp at torell.camp@va.gov for further information.