Patrick Space Force Base - Elevator Maintenance
ID: FA252125QB044Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for elevator maintenance services at Patrick Space Force Base in Florida. The procurement involves comprehensive maintenance, repair, and inspection of vertical transportation equipment (VTE), including elevators, escalators, and wheelchair lifts, ensuring their safe and efficient operation in compliance with safety codes and standards. This opportunity is part of a small business set-aside program under NAICS code 238290, with a size standard of $22 million, and interested vendors must submit their capabilities packages by March 19, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil. Registration with the System for Award Management (SAM) is required for eligibility in contract consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Government, specifically the Patrick Space Force Base, is conducting a Sources Sought notice for a potential Request for Proposal (RFP) FA252125QB044, focusing on the maintenance, repair, and inspection of real property vertical transportation equipment (VTE) such as elevators and escalators. This project is part of a small business set-aside program with a North American Industry Classification System (NAICS) code of 238290, having a size standard of $22 million. The goal is to identify interested and capable vendors, with a focus on various socio-economic business classifications. Interested companies must submit a capabilities package detailing their size, business status, relevant experience, and prior performance on similar contracts. Responses are required to specify whether the entity is a supplier or manufacturer, and teaming arrangements must outline the division of work. While this notice is for market research and planning, it does not promise future contracts and emphasizes that respondents will incur no costs covered by the Government. All responses must be submitted electronically by March 19, 2025, to the provided contact. Registration with the System for Award Management (SAM) is mandatory for eligibility in contract consideration.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance, repair, and inspection services of vertical transportation equipment (VTE) at Patrick Space Force Base, Florida. The Contractor is responsible for ensuring all VTE, which includes elevators, escalators, and wheelchair lifts, operate safely and efficiently, adhering to various safety codes and standards such as ASME and OSHA. The contract includes full maintenance coverage with exclusions for alterations, acts of vandalism, and routine cleaning activities. The Contractor must prepare a Maintenance Control Program that schedules inspections and maintenance, guarantees a 95% availability of the equipment, and responds to routine and emergency service calls within specified timeframes. Performance will be measured against key metrics including quality of repairs, adherence to the Maintenance Control Program, and timely reporting. Additionally, the document specifies responsibilities concerning environmental compliance, safety procedures, and security requirements at the base, along with outlining qualifications for contractor personnel who must be certified in VTE maintenance. This comprehensive framework ensures the ongoing safety and functionality of vertical transportation at the base while maintaining rigorous compliance with required standards and regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement includes comprehensive maintenance, repair, and inspection of vertical transportation equipment, ensuring compliance with ASME and OSHA standards, and requires the development of a Maintenance Control Program. This contract is critical for maintaining operational safety and efficiency of the base's elevator systems, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotations by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz or Jaclyn Fish via their provided email addresses.
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace the Fan Control Units (FCUs) and Air Handling Units (AHUs) at Building 1317, Patrick Space Force Base, Florida. The project involves the removal of existing HVAC equipment, installation of new units, and associated ductwork and piping, all while adhering to Florida Building Codes and environmental safety standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Proposals are due by April 1, 2025, at 9:00 AM EST, and interested contractors should direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm-Fixed-Price Construction Contract to replace the chiller, air handling units (AHUs), and fan coil units at Building B3659, Patrick Space Force Base, Florida. The project entails comprehensive work, including the demolition of existing equipment, installation of new HVAC systems, and adherence to environmental safety protocols, particularly concerning hazardous materials. This modernization effort is crucial for enhancing operational efficiency and safety at the base, with a contract value estimated between $500,000 and $1 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 10, 2025, and can direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    Boom Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 60-foot boom lift for maintenance tasks related to the KC-46 aircraft at MacDill Air Force Base in Florida. The procurement aims to address the inadequacy of current equipment, which only reaches 45 feet, as the KC-46's rudder height is 59 feet, necessitating a lift with specific performance capabilities, including a platform height of 60 ft 7 in and an unrestricted platform capacity of 500 lbs. This equipment is critical for ensuring the safety and efficiency of aircraft maintenance operations, adhering to operational standards. Interested small businesses must submit a capabilities package by March 17, 2025, and are encouraged to register in the System for Award Management (SAM) database for future updates, with inquiries directed to Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    KSCC 18-1525 Construct Vehicle Barriers
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the construction of vehicle barriers at the Kennedy Space Center in Florida, under the project titled KSCC 18-1525. The project involves the installation of antiterrorism barriers, including bollards and cable fence barriers, requiring the provision of all necessary materials, labor, and equipment, along with foundational and steel designs. This procurement is categorized under NAICS Code 236220 and is set aside for Women-Owned Small Businesses, with an anticipated construction value between $500,000 and $1,000,000 and a performance period of 170 days following the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and can expect the Invitation for Bid (IFB) to be published on sam.gov around March 26, 2025, with bids due 30 days later. For further inquiries, potential bidders may contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Patricia A. Bates, Contracting Officer, at patricia.bates@spaceforce.mil or by phone at 321-494-7120.
    W912PP25Q0005 - Amendment 0003: Trinidad Elevator Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide elevator maintenance and repair services for the Trinidad Dam facility in Colorado under contract W912PP25Q0005. The contract encompasses comprehensive services, including quarterly inspections, annual evaluations, and a five-year load test, all in compliance with ASME elevator codes and Colorado regulations. This initiative is crucial for ensuring the safety and reliability of critical infrastructure operations at the dam. Interested contractors must submit their quotes by March 19, 2025, and can direct inquiries to MAJ Matthew Nulk at matthew.nulk@usace.army.mil or by phone at 505-342-3449.
    JBM-HH Elevator Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Elevator and Escalator Inspection Services at Joint Base Myer Henderson Hall (JBMHH) and Fort McNair Military District in Virginia. The contractor will be responsible for conducting annual inspections of various lift systems to ensure compliance with ASME safety codes, preparing detailed reports on any deficiencies or safety concerns, and developing a Quality Control Program. This contract, which spans one base year from August 2025 to July 2026 with four one-year options, emphasizes the importance of maintaining operational safety and adherence to federal guidelines. Interested parties, particularly SBA Certified Women-Owned Small Businesses (WOSB), should contact Melissa A. Miller at melissa.a.miller231.civ@army.mil or 703-805-2003 for further details.
    VIRTUAL INDUSTRY DAY: Department of State, Bureau of International Narcotics and Law Enforcement, Patrick Space Force Hangar Renovations
    Buyer not available
    The Department of Defense, through the Bureau of International Narcotics and Law Enforcement, is seeking contractors for the renovation of Hangar 985 and Building 986 at Patrick Space Force Base in Florida. The project involves a comprehensive gutting and refurbishment of Hangar 985, expanding its operational space by approximately 4,000 square feet, while Building 986 will receive upgrades to enhance functionality and address health hazards such as mold. This initiative is part of a federal investment aimed at improving infrastructure to support operational capabilities, with a government contract award anticipated in March 2026. Interested parties should contact Isis Hill at isis.s.hill@usace.army.mil or Walter Love at walter.d.love@usace.army.mil for further details and to discuss project timelines and risk mitigation strategies.