Elevator Maintenance and Repair
ID: W9115124R0025_OCT24Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT CAVAZOSFORT CAVAZOS, TX, 76544-0000, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for elevator maintenance and repair services at Fort Cavazos, Texas, under solicitation number W9115124R0025. The contract requires the contractor to provide comprehensive maintenance for approximately sixty-two elevator systems across thirty-nine facilities, including preventive maintenance, service orders for repairs, and supply of necessary parts. This opportunity is set aside for 100% Women-Owned Small Businesses, emphasizing the government's commitment to diversity in contracting. Interested parties must submit their proposals by midnight on November 1, 2024, and can contact SSG Omari Brown at omari.j.brown.mil@army.mil or (254) 287-7685 for further information.

    Files
    Title
    Posted
    The document outlines the technical details of the Elevator Maintenance Contract (W91151-14-C-0036) and provides a comprehensive inventory of various elevators and lifts managed under this contract. It details each unit's description, including type, capacity, manufacturer, installation date, and service history, emphasizing a mix of passenger, freight, and wheelchair lifts. The inventory contains essential data like serial numbers, motor specifications, and operational characteristics, illustrating the diversity and specifications of the equipment maintained. Furthermore, the document notes updates added to the contract post-installation, predominantly highlighting service and warranty information. This thorough inventory is critical for contractors and maintenance teams to ensure regulatory compliance and efficient operational upkeep of the elevator systems, reflecting the government's intent to maintain safety and accessibility standards in public facilities. The contract thus serves as a key framework for managing and overseeing elevator maintenance effectively.
    The document W91151-14-C-0036 outlines an Elevator Maintenance Contract, detailing the inventory of elevators serviced under this agreement. It provides specifics for each elevator, including type, manufacturer, capacity, installation date, and several operational parameters like motor horsepower, speed, and voltage. The inventory covers a range of elevator types, including passenger and freight elevators, with various capacities from 450 lb to 6,000 lb, and includes both hydraulic and traction systems. Key manufacturers listed are Otis, Montgomery, Thyssenkrupp, Schindler, and Kone. Additionally, the document notes modifications and warranty details for several elevators. This inventory aids in maintenance planning and compliance with safety standards, reflecting the essential infrastructure management functions in fulfillment of the federal government's operation and maintenance requirements. The detailed specifications indicate a comprehensive approach to elevator maintenance necessary for safe and efficient facility operation.
    The document comprises a collection of itemized data relating to federal and state grant applications, requests for proposals (RFPs), and various funding opportunities. It includes coded information, categorized lists, and numerical data that may pertain to financial allocations, project timelines, and organizational references related to state and local government initiatives. Key components encompass budget figures, project locations, and specific program designs intended to facilitate community services, infrastructure development, and emergency management operations. The arrangement reflects various entities involved, such as schools, health clinics, and public facilities, illustrating the diverse aspects of governmental support and infrastructure planning. This document serves as an essential resource for stakeholders involved in executing governmental projects effectively, highlighting funding avenues and operational frameworks necessary for compliance with grant guidelines. Ultimately, it underlines the government's commitment to facilitating community development and ensuring public welfare through well-structured fiscal planning and resource allocation.
    The provided document appears to be a site map for "BURTE-F Contractors Yard," indicating the location and layout of a construction site near Highway 190. While specific details are lacking, the context suggests that this site may be relevant to federal, state, or local requests for proposals (RFPs) or grants. The site may also involve veterans' services, as indicated by references to "VETERAN SM EM." This map could serve as a resource for contractors or government agencies seeking to understand the site's configuration and accessibility as they prepare bids or proposals related to projects in the area. Overall, the document serves as a foundational asset in facilitating collaboration and planning among stakeholders involved in government contracts and grants concerning the site.
    This document serves as an Elevator Point of Contact List for various elevator and stair lift systems used by the government. It provides essential details including the type of lift system, the designated point of contact, and their corresponding phone numbers across multiple locations. The list includes various types of elevators such as freight elevators, passenger elevators, and specialized systems like vertical platform lifts and stair lifts. Notably, several contacts are repeated for different elevator types, suggesting that certain individuals manage multiple systems. The information is structured by system type, allowing for quick reference to the contact responsible for each elevator or lift system. This document aids in facilitating communication regarding maintenance, servicing, or inquiries related to the systems listed, highlighting the organized approach of the government in managing their infrastructural assets.
    The document outlines maintenance records for a series of elevator issues logged between 2019 and 2023, reporting various malfunctions. Frequent problems include elevators being inoperable, malfunctioning doors, stuck elevators, and alarm issues, with many incidents occurring across different functional locations within the facility, specifically denoted by their respective codes. The records detail the nature of each issue, the date reported, and the repair statuses, emphasizing the need for timely maintenance and inspections. Maintenance requests involve restoring functionality, ensuring safety features, and addressing customer complaints. This systematic documentation reflects a pressing requirement for continuous monitoring and upkeep of elevator systems, essential for compliance with safety standards and efficient operation. The records indicate a robust mechanism for addressing and managing elevator performance issues, crucial in the context of maintaining public safety in government buildings where these elevators are used daily.
    The document provides a comprehensive overview of elevator service call history for various types of elevators and lifts categorized by their identification numbers. It details data for several systems, including passenger elevators, freight elevators, hydraulic/electric systems, wheelchair lifts, vertical platform lifts, and carrier lifts. Each entry specifies the system type alongside its respective identification number and the number of service calls recorded. The statistical analysis spans a diverse range of elevator systems, indicating the frequency of calls, which can be significant for assessing maintenance needs and operational efficiency. This information may assist in strategic planning for service contracts or potential upgrades, aligning with the government’s increased focus on facility safety and functionality in line with federal grants and RFPs. This data, especially from a technical exhibit classified under government contracts, is essential for ensuring the effective management of vertical transportation systems, contributing to overall building accessibility and compliance with safety standards. Within the context of RFPs and federal grants, this historical service call information can inform future procurement strategies, ensuring that operational needs are met while fostering compliance with relevant regulations.
    The document outlines the periodic inspection and testing schedule for various elevator and lift systems managed by the government. It specifies a structured maintenance regime, categorizing the systems based on type, inspection frequency (annual or every five years), and providing unique identifiers for each system. The majority of entries pertain to electric/hydraulic systems, indicating an emphasis on maintaining this type of equipment. The detailed schedule helps ensure compliance with safety regulations, aiming to enhance operational efficiency and reliability of essential mobility solutions in government buildings. This systematic documentation is indicative of the government's commitment to adhering to health and safety standards while potentially forming part of broader federal or state procurement frameworks in alignment with RFP and grant initiatives.
    This document outlines a monthly preventive maintenance inspection checklist for elevators and wheelchair lifts, detailing compliance with specific technical standards (IAW PWS 5.10). It includes sections for documenting essential aspects such as car interior, controls, hydraulic components, safety devices, and machine room conditions. Inspectors are required to assess functionality in various areas including the elevator's ride quality, door operation, cleanliness, and emergency services capability, as well as the condition of the wheelchair lift drive unit and safety controls. Each inspection mandates the recording of operational particulars as well as inspector signatures and comments. This checklist serves as a standardized framework for maintaining elevator and wheelchair lift safety and operational reliability, essential in the context of federal and local regulations pertaining to public infrastructure and accessibility compliance. Ensuring such inspections aligns with government RFPs and grants aimed at enhancing public safety and operational efficiency in federally funded projects.
    The document is a Periodic Traction Elevator Test Checklist utilized for maintaining compliance with federal regulations regarding elevator safety inspections. It outlines procedures for both annual (Category One) and five-year (Category Five) inspections of electric elevators, detailing specific operational checks such as oil buffer functionality, safety mechanisms, emergency operations, and braking systems. The checklist includes sections for recording the technician's name, building details, inspection dates, and comments regarding the elevator's performance and condition. Additionally, areas requiring attention during the tests, such as slack rope devices and terminal stopping mechanisms, are highlighted. The structured format promotes systematic inspection to ensure elevator systems meet safety standards, reflecting adherence to the guidelines set forth by government directives on public safety in federal and state properties. This checklist serves as an essential tool in verifying operational integrity and safety compliance in vertical transportation systems.
    This document outlines the Periodic Hydraulic Test Checklist for hydraulic elevators, specifying procedures for testing and inspections required under the PWS 5.10 guidelines at designated intervals. It details two categories of tests: Category One, conducted annually (every 12 months), focuses on components such as normal and final terminal stopping devices, governors, and emergency functions, while Category Five requires testing every five years (60 months) and includes governors, safeties, oil buffers, and coated ropes. The checklist is structured to capture essential data, including technician information, date, time, and total hours spent on the evaluation. It serves as a compliance tool to ensure that hydraulic elevator systems are operational and safe according to federal and state regulations, highlighting the importance of regular maintenance and inspection procedures. The document underscores adherence to safety standards in public infrastructure, which is critical in the context of federal and local RFPs involving elevator system contracts and maintenance grants. Overall, it illustrates a systematic approach to uphold elevator safety and functionality.
    The document outlines the Hazardous Material Authorization Request (HMAR) form, a structured tool for requesting and authorizing the procurement and usage of hazardous materials within government organizations. The form collects essential information, including nomenclature, part number, quantity, unit of measure, source of supply, and the intended use of the hazardous material. It emphasizes the need for detailed descriptions of work processes and estimated percentages of how the material will be disposed of or used, whether on equipment, in air emissions, or waste disposal. The instructions highlight the significance of using government sources for hazardous materials and provide guidelines for completing the form accurately to expedite the approval process. The document is aimed at ensuring compliance with environmental safety regulations and outlines the responsibility for contractors to report hazardous material usage. Overall, the HMAR form serves as a critical compliance tool to manage hazardous materials responsibly within government operations, reflecting stringent safety and tracking requirements.
    The document outlines various federal grant proposals and requests for proposals (RFPs) issued by state and local authorities, focusing on financial opportunities available to organizations seeking funding. It emphasizes the significance of compliance with federal guidelines and the requirement for applicants to demonstrate the capacity to manage funds effectively. Key sections detail submission deadlines, eligibility criteria, and the evaluation process for selecting grant recipients. Additionally, the document outlines specific areas of focus, such as supporting community development, enhancing education programs, and improving infrastructure. It encourages collaboration among applicants and stakeholders to strengthen proposals, highlighting the importance of leveraging existing resources to achieve program objectives. The overarching aim is to guide potential applicants through the funding landscape, ensuring they understand the protocols and expectations when submitting proposals for government grants. This structured approach not only facilitates better compliance but also enhances the likelihood of securing funding for vital community initiatives.
    The government file concerns the solicitation of proposals for various federal grants and RFPs, focusing on funding opportunities available to eligible entities. It outlines the application process, eligibility criteria, and evaluation factors for proposals submitted to secure funding. The document emphasizes the importance of adhering to specific guidelines, including compliance with federal regulations, deadlines for submissions, and required documentation. Additionally, it highlights the objectives of the grants, aimed at addressing community needs and facilitating project implementation across multiple sectors. Stakeholders are encouraged to review the detailed requirements and prepare comprehensive proposals that demonstrate their capabilities and project viability. This initiative illustrates the government's commitment to promoting public welfare through financial support, fostering collaboration among various agencies, and enhancing community development and resilience. Ensuring transparency and accountability in the funding process remains a priority, with a focus on achieving measurable outcomes and addressing gaps in resources and services.
    The document outlines a Request for Proposal (RFP), specifically solicitation number W9115124R0025, issued by the U.S. Army for elevator and handicap lift maintenance services. It establishes requirements for the contractor to provide all necessary personnel, equipment, materials, and services under a fixed-price contract. The solicitation is effective immediately, with final offers due by midnight on November 1, 2024, and incorporates federal acquisition regulations (FAR) related to commercial items. Key services outlined include 12 months of preventive maintenance, service orders for repairs, and supply of repair parts, detailing individual pricing and quantities. The contract specifies points of delivery, with the work primarily at Fort Hood, Texas. The document emphasizes the necessity of inspecting services at government locations, with acceptance criteria established. Additionally, the contract promotes diversity in contracting, encouraging participation from small businesses, including service-disabled veteran-owned entities. Mandatory clauses regarding compliance, telecommunications standards, and environmental regulations are included to ensure adherence to federal policies. The summary captures the essence of the RFP, highlighting its purpose, key deliverables, and regulatory environment for potential contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WSD/CVD ELEVATOR MAINTENACE AND REPAIR
    Active
    Dept Of Defense
    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.
    Elevator Maintenance - Fort Moore
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Moore, Georgia, is seeking qualified contractors for elevator maintenance and repair services at the Fort Moore installation. The contract requires comprehensive inspection, maintenance, and repair of various elevator systems, including passenger elevators, dumbwaiters, and hoist systems, with a focus on ensuring compliance with safety standards and minimizing downtime through a robust inventory of repair parts. This multi-year contract spans one base year with four optional renewal periods, emphasizing the importance of maintaining operational efficiency and safety within government facilities. Interested bidders must submit their proposals by 2:00 p.m. EST on November 12, 2024, and can direct inquiries to Michael Taylor at michael.m.taylor2.civ@army.mil or Racheal L. Valdez at racheal.l.valdez.civ@army.mil.
    Y1DA--Project 671-24-200 Elevator Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the modernization of passenger and service elevators at the Audie L. Murphy Memorial Veterans' Hospital in San Antonio, Texas. The project involves replacing obsolete components of elevators P1, P2, P3, P4, S5, S6, and S10, ensuring compatibility with existing Fire Safety systems, and integrating new non-proprietary components. This procurement is significant for enhancing the infrastructure of veteran healthcare facilities and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget estimated between $2 million and $5 million. A Request for Proposal (RFP) is anticipated to be released on or about October 21, 2024, with proposals due within 30 days; interested vendors should contact Contract Specialist Michael Walls at michael.walls2@va.gov for further details.
    Tactical Equipment Maintenance Facility
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, Fort Worth District, is seeking contractors for a Design-Bid-Build project to construct a Tactical Equipment Maintenance Facility (TEMF) at Fort Cavazos, Texas. This sources sought notice aims to identify potential small and large business contractors capable of managing subcontractors and adhering to safety programs, with an estimated construction cost ranging from $25 million to $100 million and a project duration of approximately 730 days. The facility will play a crucial role in maintaining tactical equipment, ensuring operational readiness for military operations. Interested firms must submit their responses by November 6, 2024, to the designated contacts, Rodney Alexander and Matthew Dickson, via email, as no funding is available for responses at this stage.
    Maintenance and repair of elevators, dumbwaiters, material lifts and wheelchair lifts.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide maintenance and repair services for elevators, dumbwaiters, material lifts, and wheelchair lifts at Fort Liberty, North Carolina. The contractor will be responsible for all necessary labor, tools, parts, and compliance with federal, state, and local regulations, ensuring the safe and effective operation of approximately 208 pieces of equipment across various facilities. This opportunity is part of a Total Small Business Set-Aside initiative, and interested firms are encouraged to submit a capability statement detailing their qualifications and experience by the specified deadline. For further inquiries, potential respondents can contact Quentin Williams at quentin.williams.civ@mail.mil or Jarvis Johnson at Jarvis.d.johnson23.civ@army.mil.
    15–Ton Crane Lease Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide lease services for two 15-ton cranes without operators at Fort Cavazos, Texas. The contract requires the provision of all necessary lifting attachments and emphasizes compliance with safety regulations and operational standards, as the cranes will be utilized for overhead lifting and movement of heavy items in support of Abrams Tank maintenance. This firm-fixed-price contract spans a base year from December 2, 2024, to December 1, 2025, with options for four additional years, and is exclusively set aside for small businesses. Interested parties must submit their quotes by 2:00 PM Central Time on November 4, 2024, and can direct inquiries to Nicholas Rodriquez at nicholas.j.rodriquez2.mil@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    Amendment 2, III Armored Corps Agricultural Sanitation and Washing Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command, is soliciting proposals for Agricultural Sanitation and Washing Services for the III Armored Corps at Fort Cavazos, Texas. The procurement aims to ensure that military equipment, including vehicles and unmanned aerial systems, meets agricultural sanitization standards and passes necessary inspections, thereby supporting operational readiness and compliance with federal regulations. This contract will span a base year with four optional renewal years, emphasizing the importance of maintaining sanitary conditions for military assets while promoting small business participation in the bidding process. Proposals must be submitted by 10:00 AM (CDT) on October 30, 2024, with inquiries directed to Travis E. Engle at travis.e.engle.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@mail.mil.
    USAFA Vertical Transportation Equipment Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Vertical Transportation Equipment Maintenance Services at the United States Air Force Academy (USAF Academy) in Colorado. The objective of this acquisition is to ensure the proper maintenance of vertical transportation equipment, which is crucial for the operational efficiency and safety of the facility. This procurement will be conducted as a direct award to Elevated Technologies, Inc., a Service Disabled Veteran Owned Business, for a fixed price purchase order covering the period from October 28, 2024, to March 27, 2025. Interested parties may submit comments regarding this announcement to Cierra Fitzgerald or Leila Bussey by October 28, 2024, at 08:00 a.m. MST.
    NAVAL AIR STATION CORPUS CHRISTI CCAD B340 RAMP REBUILD
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the B340 Ramp Rebuild project at Naval Air Station Corpus Christi, Texas. This procurement aims to award a firm-fixed price contract to a small business contractor for the repair and alteration of real property, with a project magnitude estimated between $1,000,000 and $3,000,000. The successful contractor will play a crucial role in enhancing the operational capabilities of the Corpus Christi Army Depot. Interested parties should note that a site visit is scheduled for October 22, 2024, at 8:30 A.M. (CDT), and proposals are due by November 14, 2024, at 3:00 P.M. (CST). For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    Elevator Maintenance and Repair FMC Devens, MA
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting quotes for elevator maintenance and repair services at the Federal Medical Center (FMC) Devens in Ayer, Massachusetts. The selected contractor will be responsible for comprehensive maintenance of nine Dover elevators, including scheduled inspections, preventive maintenance, and emergency repairs, all in compliance with safety standards set by the American Society of Mechanical Engineers (ASME). This contract is crucial for ensuring the safety and functionality of the facility's infrastructure, with a base year and four optional renewal years available. Interested vendors must submit their quotes electronically by November 21, 2024, and are encouraged to attend a site visit on November 7, 2024; for further inquiries, they can contact Tammie O. Johnson at t8johnson@bop.gov or call 202-598-6012.