W912PP25Q0005 - Amendment 0003: Trinidad Elevator Service
ID: W912PP25Q0005A0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents an amendment to a solicitation for the Trinidad Elevator Service Contract (Contract ID: W912PP25Q0005) by the U.S. Army Engineer District, Albuquerque. The amendment includes an extension of the quote response due date to March 19, 2025, the addition of a Quality Assurance Surveillance Plan (QASP), and the removal of specific FAR provisions and clauses from the contract. The purpose of this contract is to provide maintenance and repair services for the Trinidad Dam elevator over a five-year period, beginning in 2025, with quarterly inspections, annual assessments, and a five-year load test. The contractor must secure proper qualifications and licenses, following standards set by ASME and Colorado regulations. The Quality Control Program (QCP) ensures compliance with contract specifications, while the QASP outlines the government's performance evaluation criteria. The document also details the expected scope of work, responsibilities, security requirements for contractors, and payment procedures. This amendment reflects the government’s commitment to secure, reliable elevator operations, and addresses modifications to align with updated contracting practices.
    The document is an amendment to a solicitation for the FY 2025 Trinidad Dam Elevator Service Contract (W912PP25Q0005), primarily extending the submission due date for quotes from January 15, 2025, to January 24, 2025, at 5:00 PM MST. This extension allows interested contractors to conduct a site visit to better understand the project requirements. A site visit is scheduled for January 16, 2025, at 11:00 AM, at the Trinidad Dam USACE Project Office, with prior RSVP requested to a designated technical point of contact. No changes in cost are associated with this amendment. The amendment emphasizes the importance of acknowledgment from bidders for the changes made to ensure their offers are not disqualified. This document reflects typical actions in government contracting, which often require adjustments to bidding timelines and opportunities for contractors to engage directly with project sites for accurate proposal submissions.
    The document outlines an amendment to a solicitation issued by the U.S. Army Corps of Engineers, Albuquerque District, for a service contract. The primary purpose of the amendment is to extend the Request For Quote (RFQ) submission deadline from January 24, 2025, to January 28, 2025, at 5:00 PM MST. This extension allows contractors additional time to prepare their submissions and include a list of references demonstrating past performance on similar projects. Offers must be submitted via email to MAJ Matthew Nulk and must include a Colorado Conveyance Inspector/Mechanics License, a price quote, and details of 3-5 relevant past performance references, including the company’s adherence to contract specifications and customer satisfaction. The document emphasizes the need for firms to comply with FAR 13 Simplified Acquisition Procedures and confirms that the government plans to award a Firm Fixed Price contract to the most qualified, responsible small business based on pricing and past performance evaluations. This amendment exemplifies the government’s approach to ensuring fair competition and adequate participation in public procurement processes.
    The document outlines a Request for Proposals (RFP) for a Firm Fixed Price service contract to provide elevator maintenance and repair services at the Trinidad Dam facility in Colorado. The contractor must deliver comprehensive maintenance, including quarterly inspections, annual evaluations, and a 5-year load test in compliance with specific ASME elevator codes. The project encapsulates a performance work statement (PWS) encompassing scope, contractor responsibilities, and government compliance requirements, focusing on safety, personnel qualifications, and service standards. The contract will be awarded based on the lowest acceptable price and necessitates submission of performance reports, quality control plans, and a maintenance control program by the selected contractor. The defined period of performance spans one base year, with four optional renewal years, necessitating the contractor's readiness for emergency service requests and potential after-hours work. Overall, the RFP emphasizes adherence to established safety standards, effective service management, and strict reporting protocols. This initiative reflects the government’s commitment to maintaining critical infrastructure while ensuring public safety through systematic and regulated elevator operations and maintenance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J039--Elevator Maintenance and Inspection Testing Services for the VA Grand Junction CO
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide elevator maintenance and inspection testing services for the VA Grand Junction Medical Center in Colorado. The objective of this procurement is to ensure the operational reliability and safety of the elevator systems, adhering to industry standards such as ASME and NFPA, while providing necessary personnel, tools, and materials for maintenance and urgent repairs. This opportunity is critical for maintaining safe and reliable elevator systems within veteran healthcare facilities, with a contract duration of one base year and four optional renewal years, starting in May 2025. Interested parties must respond to the Sources Sought Notice by March 17, 2025, and direct their inquiries to Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
    Wilson Lock Dewatering Elevator and Man lift Rentals
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Nashville District, is seeking interested parties for the rental of one elevator and four telescopic boom man lifts for operations at the Wilson Main Lock Dam in Alabama. The procurement aims to identify businesses capable of providing, installing, and maintaining a 6000 lb. personnel hoist and 135 ft. boom lifts, with a rental period expected to last three months, including options for extension or emergency inspections due to flooding risks. This opportunity is crucial for ensuring safety and compliance with OSHA standards during maintenance operations at the dam. Interested contractors must submit a capabilities package by November 25, 2024, to Cierra Vega at cierra.r.vega@usace.army.mil or R. Scott Ellis at Robert.S.Ellis@usace.army.mil for consideration.
    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.
    J040--Elevator Maintenance Services for the Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for Elevator Maintenance Services at the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be structured as a firm-fixed price contract, emphasizing the importance of reliable maintenance services for the facility's operational efficiency. The solicitation package is expected to be available for download around April 1, 2025, with a response deadline of March 19, 2025, at 4 PM Eastern Time. Interested contractors can reach out to Contracting Supervisor Paul Zorch at paul.zorch@va.gov or by phone at 303-712-5821 for further information.
    Patrick Space Force Base - Elevator Maintenance
    Buyer not available
    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.
    Repair Tainter Valves at Various Locations
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting proposals for the repair of Tainter valves at various locations, including the Newt Graham Lock and Dam, Chouteau Lock and Dam, and W.D. Mayo Lock and Dam. The project aims to ensure the operational integrity and safety of these critical infrastructure components, which are essential for water management and flood control. This opportunity is set aside for small businesses under the SBA guidelines, with amendments providing updates on site visits and proposal deadlines. Interested contractors should contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil for further details, and they should be aware of the revised proposal due dates as outlined in the amendments.
    NGA - Elevator Inspections
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking qualified contractors to provide elevator inspection and maintenance services at its facilities in Arnold, St. Louis, and Cass, Missouri. The contract will cover comprehensive services, including safety inspections and full load tests for various types of elevators and chairlifts, ensuring compliance with federal, state, and local safety standards. This procurement is crucial for maintaining operational safety and regulatory compliance within government facilities, reflecting the agency's commitment to effective facility management. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Kathleen Dee at kathleen.a.dee@nga.mil or Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil.
    Crane and Hoist Maintenance - Washington Aqueduct
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking letters of interest from qualified firms for Crane and Hoist Maintenance services at the Washington Aqueduct facilities. The procurement aims to identify small businesses, including those that are Veteran-Owned, Service-Disabled Veteran-Owned, and Women-Owned, to perform maintenance and inspections on 34 cranes and hoists that are critical for delivering potable water to approximately one million residents in Washington D.C. and Northern Virginia. The contract will encompass a base period of 12 months with four option years and may include a six-month extension, requiring the contractor to ensure compliance with safety standards, provide detailed inspection reports, and manage hazardous materials responsibly. Interested firms should contact Clark Miller at clark.b.miller@usace.army.mil to express their interest and capabilities.
    Keystone Lake Tainter Gate Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for multiple repairs to Baldhill Dam, located near Valley City, North Dakota. The project aims to address critical structural issues, including stopping water infiltration through internal cracks, repairing concrete damage from freeze-thaw cycles, and replacing corroded tainter gate skin plate splice fasteners. This initiative is vital for maintaining the dam's integrity and ensuring the safety of surrounding communities, with an estimated contract value between $1 million and $5 million. Interested small businesses must submit their sealed proposals by March 19, 2025, and can direct inquiries to John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614.