Eastman Lake Elevator Services
ID: W9123825QA018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF DAMS (Z1KA)

Set Aside

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

    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for elevator maintenance services at Buchanan Dam in California. The contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSBs), encompasses comprehensive elevator services including maintenance, inspections, and emergency response, adhering to a detailed Performance Work Statement (PWS). This procurement is critical for ensuring the operational safety and compliance of the elevator systems, which have undergone significant upgrades, and is valued at approximately $22 million, with a performance period from July 1, 2025, to June 30, 2026. Interested contractors should direct inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil, and must submit proposals by the revised deadline of June 26, 2025.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for elevator maintenance, inspection, and testing at Buchanan Dam in California. The contract includes labor, materials, and equipment for various elevator services over a base year and four optional years. Work hours are stipulated as Monday to Friday from 8:00 a.m. to 4:30 p.m., with clear communication required with the Contracting Officer’s Representative (COR). The contractor must develop a comprehensive Accident Prevention Plan to ensure safety compliance and maintain thorough records of all services performed. Key tasks include quarterly maintenance, semi-annual inspections, and Category 1 and 5 testing and certifications in accordance with applicable regulations and standards. Additionally, the contractor is responsible for responding to emergency service calls and managing any damages incurred during operations. The document emphasizes the need for strict adherence to safety regulations, proper invoicing protocols, and quality control measures, ensuring effective oversight by US Army Corps of Engineers personnel. The overarching goal is to uphold safety, operational compliance, and the efficient functioning of elevator systems at the facility.
    The document relates to the maintenance and servicing of the Eastman Lake elevator, primarily addressing inquiries from a Request for Proposal (RFP). The elevator, originally installed in 1975 by Montgomery Elevator, features a traction system with a capacity of 2000 pounds and serves nine floors. In 2022, significant upgrades were made, including a new computer controller, gearbox, brake, ropes, panels, lighting, phone system, and fire system, although the elevator box remains original. Maintenance is estimated to require one to two hours per visit, contrary to the initial RFP's mention of 8-10 hours. No site visits or job walks are allowed due to security constraints, as only one elevator is up for maintenance. This document effectively outlines the specifics of the elevator's condition and maintenance requirements, underlining the importance of secure protocols for government contracts while providing essential technical details for interested bidders.
    This government document outlines a solicitation for a contract regarding elevator service maintenance at Buchanan Dam, specifically targeted toward Women-Owned Small Businesses (WOSB). The contract involves multiple tasks, including the implementation of an Accident Prevention Plan, quarterly preventive maintenance, semi-annual inspections, and emergency call-out services, all to be executed in accordance with the supplied Performance Work Statement. The total award amount for the contract is approximately USD 22 million, with the specified period of performance extending from June 1, 2025, to May 31, 2026. It provides detailed instructions for potential contractors, including submission of quotes, deadlines, and requirements for service delivery and inspections. Additionally, it references Federal Acquisition Regulation (FAR) clauses essential for compliance, such as those concerning payment and disputes. The document reflects the government's commitment to ensuring high standards of maintenance services through clear contractual obligations and emphasizes the importance of utilizing economically disadvantaged or veteran-owned businesses in federal contracting opportunities. The structured format facilitates clear communication of requirements and responsibilities for both the contracting agency and prospective service providers, aiming to foster transparency and accountability throughout the procurement process.
    This document serves as a solicitation for a contract for commercial products and services specifically targeting Women-Owned Small Businesses (WOSBs), particularly in compliance with federal regulations and guidelines. The contract is aimed at the maintenance and inspection of elevators at Buchanan Dam, covering an extensive array of services such as accident prevention plans, quarterly maintenance, and emergency call-out services, all required to follow the Performance Work Statement (PWS). The acquisition has a total award amount of USD 22 million, with a period of performance from July 1, 2025, to June 30, 2026, and contains several option line items for extended services through 2030. The solicitation emphasizes various government compliance clauses and regulations, including requirements related to safety, payment processes, and bid submissions. A contracting officer, La Chad Jefferson, is designated for inquiries regarding the solicitation. The document outlines the importance of adhering to government procurement procedures while promoting opportunities for WOSBs, thereby supporting economic diversity and growth in the contracting landscape. Key provisions concerning payments and inspections are included, addressing contractor responsibilities and federal oversight mechanisms to ensure compliance and quality service delivery.
    The document outlines an amendment to a federal solicitation, extending the proposal due date and altering specific quantities for various contract line items (CLINs) related to a project. The revised proposal due date is now set for June 26, 2025, pushed back from May 29, 2025. Significant changes include increasing the quantity for multiple CLINs from one job to four jobs for SELECT options and from one job to two jobs for others. The effective period of performance for the affected contracts is also adjusted, shifting from a start date of June 1, 2025, to July 1, 2025, and extending the end date correspondingly. The amendment requires contractors to acknowledge receipt through specified methods, stressing the importance of timely acknowledgment to avoid offer rejection. It details modifications to quantities and the performance period but indicates that all other terms not addressed remain unchanged. This document is designed to ensure clarity in contract modifications and adherence to procurement standards, reflecting the procedural requirements in federal contracting and grant administration.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Elevator Services for Pittsburgh District
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator inspection, maintenance, and repair services under a Blanket Purchase Agreement (BPA) for the Pittsburgh District. The objective of this BPA is to ensure a rapid response and cost-effective maintenance solution for elevator services at various locations in Pennsylvania, West Virginia, and Ohio. These services are crucial for the upkeep of U.S. Army Corps of Engineers facilities, ensuring operational efficiency and safety. Interested parties should contact Contract Specialist Isaiah Johnson at isaiah.m.johnson@usace.army.mil, providing details of up to three similar projects completed, as part of their expression of interest.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    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.
    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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    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.
    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.