CMSFS Freight Elevator Modernization
ID: FA2517-25-Q-0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of Defense, specifically the 21st Contracting Squadron, is seeking quotations for the modernization of a freight elevator at Cheyenne Mountain Space Force Station in Colorado. The procurement involves a Firm Fixed Price (FFP) contract aimed exclusively at small businesses, requiring a comprehensive technical approach and competitive pricing for the elevator maintenance services. This modernization project is critical for ensuring the operational efficiency and safety compliance of essential infrastructure within a secured federal environment. Interested offerors must attend a mandatory site visit on January 16, 2025, and submit their quotations by January 31, 2025. For further inquiries, contact Dominic Impallaria at dominic.impallaria@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil.

    Files
    Title
    Posted
    The 21st Contracting Squadron (21 CONS) issued a combined synopsis/solicitation (RFQ FA2517-25-Q-0023) for elevator maintenance services at Cheyenne Mountain Space Force Station, emphasizing a Firm Fixed Price (FFP) contract exclusively for small businesses. Offerors are required to submit their quotations by 31 January 2025, following guidelines for technical and pricing proposals. The evaluation will focus on a Lowest Price Technically Acceptable (LPTA) basis, assessing both technical approach and price. A site visit is mandatory on 24 January 2025 for interested Offerors to inspect elevator conditions, with specific registration details required due to restricted access. Compliance with various federal regulations and safety codes is essential, along with registration in the System for Award Management (SAM). The Government reserves the right to cancel the RFQ at any time and does not guarantee contract award. Clear presentation of the technical approach and competitive pricing is strongly advised for successful bidding. Overall, this RFQ aims to enhance elevator operational efficiency while ensuring compliance with regulatory standards and best practices in maintenance.
    The document FA251725Q0023 outlines clauses incorporated by reference for government contracts, detailing obligations and requirements for contractors engaging with the Department of Defense (DoD). It includes various clauses regarding compliance with regulations, such as whistleblower rights, safeguarding covered defense information, and prohibitions against certain telecommunications equipment. It also emphasizes the necessity for unique item identification for items delivered to the DoD, stipulating detailed definitions and reporting requirements. Key clauses focus on procurement regulations, such as the Buy American Act and restrictions on sourcing from certain countries or regimes. The clauses also outline instructions for electronic payment submissions and representations regarding small business statuses. The document serves as a comprehensive directive governing contractual obligations, ensuring lawful and accountable practices throughout the procurement process. Overall, this document is vital for the operational framework surrounding federal and defense contracts, guiding contractors in their responsibilities and promoting compliance with statutory requirements.
    The Performance Work Statement outlines the requirements for the modernization of the freight elevator located in Building 1000 at Cheyenne Mountain Space Force Station, Colorado. The contractor is tasked with completing an unfinished project by upgrading or replacing various elevator components, including electrical systems, car door motors, and emergency systems, ensuring compliance with safety codes and standards. A site visit is mandatory before quoting, and the elevator must achieve full operability and certification before acceptance. The contractor must also obtain necessary permits, provide a comprehensive work schedule, and maintain strict adherence to safety and environmental regulations, including handling hazardous materials properly. Deliverables at project completion include detailed reports of the work performed and compliance documentation. The performance objectives include 100% successful inspections and timely submission of warranty information and designs, with a 12-month warranty on the completed works. Overall, this document establishes the framework for a detailed and regulated modernization of essential elevator infrastructure, emphasizing safety, compliance, and operational efficiency within a secured federal environment.
    This document outlines the pricing structure for an elevator maintenance contract through a Clinical Price Sheet. The contract includes two Contract Line Items (CLINs): the first is for the maintenance job itself (CLIN 0001), and the second covers a 12-month warranty in accordance with the Performance Work Statement (PWS) (CLIN 0002). Notably, both CLIN 0001's unit cost and total evaluated price are marked as $0.00. Additionally, the instructions to offerors emphasize filling in specified yellow cells only, indicating a structured response requirement. The purpose of this document is to facilitate the procurement process for elevator maintenance services, ensuring compliance with federal contracting requirements while outlining pertinent details for potential bidders. Overall, the documentation is indicative of the government's efforts to secure necessary maintenance services through a formal Request for Proposal (RFP) process.
    The document appears to contain a series of fragmented and corrupted data segments related to government Request for Proposals (RFPs), grants, and local/state project outlines. While the original content is largely illegible due to corrupted formatting, the main themes seem to revolve around soliciting proposals for funding and project outlines. Specific keywords hint at environmental assessments, safety measures, compliance with regulations, and modernization initiatives, which can often be common in federal RFPs and grants. Key ideas may include the importance of adhering to legal standards, a focus on health and environmental safety, and detailed project planning and assessments required for regulatory compliance. The document’s structure is compromised, making a clear narrative challenging, but it suggests an emphasis on formalities and the procedural aspects of governmental funding and project execution. Overall, the intent appears to be guiding stakeholders on the necessary steps for submitting proposals related to government-funded projects while emphasizing safety, compliance, and detailed planning. The fragmented nature of the text highlights potential oversights in digital documentation or Archiving procedures.
    The 21st Contracting Squadron seeks quotations for elevator maintenance services via Request for Quotation (RFQ) FA2517-25-Q-0023, emphasizing a Firm Fixed Price (FFP) contract intended for small businesses with a maximum size standard of $12.5M. The request, comprised of several stipulations, requires a response that includes a technical approach and pricing details submitted by January 24, 2025. Offerors must attend a mandatory site visit on January 16, 2025, at the Cheyenne Mountain Space Force Station to qualify for the award. The evaluation criteria prioritize a technically acceptable approach that demonstrates a comprehensive understanding of the project, with a clear pricing structure. Key regulations and standards must be adhered to during project execution, ensuring compliance with various federal and safety guidelines. The award will be based on the lowest price technically acceptable method, with submissions to be evaluated without revisions unless deemed necessary by the Government. This RFQ not only outlines the required services but also highlights the importance of technical proficiency and competitive pricing, reinforcing the Government's commitment to engage small businesses in fulfilling its procurement needs efficiently.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    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.
    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.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    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.
    J095--554 | S | FMS_Receiving Dock Gate Repair_One Time Repair Resubmission (VA-26-00022013)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to provide a one-time repair of the receiving dock gate at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair of a Cookson Garage Door, which includes replacing bottom bars, rods, tubes, links, and the bottom part of the curtain, with a site visit highly recommended to assess the scope of work. This contract is crucial for maintaining operational efficiency at the facility, ensuring that the receiving dock functions properly for the delivery of goods and services. Quotes must be submitted via email to Jeremy Ferrer at jeremy.ferrer@va.gov by 4:00 PM MT on December 26, 2025, with a firm-fixed price contract anticipated to be awarded shortly thereafter.