Residential Elevator with Installation
ID: 19MX5325Q0021Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY MEXICOWASHINGTON, DC, 20520, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

REPAIR OR ALTERATION OF OTHER RESIDENTIAL BUILDINGS (Z2FZ)
Timeline
    Description

    The U.S. Embassy in Mexico City is seeking qualified contractors for the replacement and installation of a residential elevator at its facility. The project involves dismantling an existing machine room elevator and installing a new machine room-less elevator, ensuring compliance with safety regulations and operational efficiency. This procurement is critical for maintaining the functionality and safety of the embassy's infrastructure, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit their proposals electronically by 12:00 PM CST on March 26, 2025, and are encouraged to contact John P. Harris for inquiries regarding the solicitation.

    Files
    Title
    Posted
    The document details Amendment 0001 to Solicitation No. 19MX5325Q0021 for a residential elevator project managed by the American Embassy in Mexico. The amendment's effective date is March 20, 2025, and it addresses modifications to the solicitation's requirements. Key changes include renaming the Invoice Requirements section and adding Elevator Supporting Photos, Drawings, and Details. The document also lists questions and answers relevant to the project, addressing concerns such as necessary documentation for permits, payment structures, and safety requirements. Important clarifications specify that certain structural adaptations must be included in contractor quotations, and compliance with specific safety and quality standards (EN 81 and NOM regulations) is mandatory. Additionally, it outlines the contractor's responsibilities regarding waste management, ventilation, and installation requirements, emphasizing a turnkey approach to the elevator installation. The timeline for project completion is set at a maximum of nine months, and all work must adhere to defined local safety regulations. This amendment is essential for contractors considering submission to ensure compliance with updated solicitation terms and project expectations.
    The document is an amendment (0002) to the solicitation 19MX5325Q0021 issued by the American Embassy in Mexico, specifically pertaining to a request for quotation. The amendment, effective March 24, 2025, outlines a crucial deadline change for submitting proposals, now set for March 26, 2025, at 12:00 noon, Mexico City time. Proposals must be electronically submitted via email to the designated address. The amendment stresses the necessity for contractors to acknowledge receipt of this change to prevent rejection of their offers. Additionally, it signifies compliance with federal acquisition regulations. This document serves as a key procedural update for bidders, ensuring clarity on submission deadlines while maintaining adherence to regulatory obligations. Overall, it illustrates the embassy's efforts to streamline procurement processes.
    The document outlines the certification process for U.S. Department of State contractors regarding compliance with federal anti-discrimination laws, particularly in relation to programs promoting Diversity, Equity, and Inclusion (DEI). Contractors must certify that they adhere to all applicable anti-discrimination regulations and that their DEI initiatives do not conflict with these laws. This certification is essential for the government's payment decisions and is subject to the False Claims Act, signifying its importance in maintaining legal compliance. Contractors or offerors are instructed to read the entire certification, check appropriate compliance boxes, and provide their information along with an authorized signature before submitting it to the Contracting Officer. The document emphasizes the legal responsibility of contractors to ensure that their programs are compliant, reiterating the government's stance on anti-discrimination as a critical aspect of federal procurement processes.
    The Safety Management Plan outlines the responsibilities regarding health and safety for the specified project under the jurisdiction of the U.S. Embassy. It mandates strict adherence to the more stringent safety standards between U.S. Army Corps guidelines and Mexican safety regulations. Contractors are required to demonstrate an understanding of safety measures through pre-project hazard assessments, employ competent personnel for oversight, ensure valid insurance, and conduct safety briefings. The plan details protocols for safety inspections, use of personal protective equipment (PPE), response to emergencies, and specific safety practices for high-risk tasks such as electrical work and fall protection. The document underscores the need for effective hazard mitigation strategies, training certifications, and the importance of compliance to protect the workforce and public. The plan is vital for ensuring a safe working environment as required by U.S. government regulations and emphasizes the contractor's responsibility in managing workplace safety effectively. Compliance with these guidelines helps safeguard against potential risks associated with construction and maintenance projects.
    The document presents a Job Hazard Analysis (JHA) aimed at identifying and mitigating risks associated with specific tasks performed at a designated location. It outlines the necessary safety protective equipment required for personnel involved in the task and details each job step along with the associated hazards. The analysis employs a Risk Assessment Code (RAC) rate to categorize hazards based on severity and probability, aiding in prioritizing risk control measures. Special safety equipment may be mandated depending on the identified hazards. The document emphasizes the importance of supervisory approval in the hazard analysis process, ensuring that safety protocols are adhered to and risks are effectively controlled. Overall, this JHA serves as a critical tool for ensuring workplace safety in accordance with federal and state guidelines, aligning with broader objectives of risk management within government-funded projects and compliance with occupational safety regulations.
    The document outlines safety regulations and procedures for working at height, establishing a framework for authorizing work in potentially hazardous conditions. Key components include the identification of authorized personnel, required personal protective equipment (PPE), and tools necessary for safe operations. It mandates checks to verify the proper use of equipment such as scaffolding and ladders, ensuring that all safety measures are in place. The verification process comprises a series of yes/no questions assessing health status, equipment condition, and employee training regarding safe work practices. Special attention is given to the maintenance and inspection of safety harnesses and anchor points to prevent falls. The document emphasizes the necessity of immediate suspension of work if safety conditions fail to meet outlined standards. This safety authorization also serves as a legal document with an expiration based on workplace conditions, requiring confirmation from authorized personnel at the start and end of the job. The overarching purpose aligns with government regulations aimed at ensuring workplace safety and compliance, especially within federal and state grant-funded projects where safety risks are prevalent. This document illustrates proactive measures within the framework of government RFPs focused on public safety standards in construction environments.
    The Embassy of the United States of America has issued Request for Quotation No. 19MX5325Q00021 for a Residential Elevator with Installation at a U.S. Government property in Mexico. Prospective offerors must submit their quotations by 12:00 PM local time on March 24, 2025, alongside several mandatory documents, including an executed Standard Form 18, a pricing table, and proof of SAM registration. A site visit is scheduled for March 3, 2025, to discuss the solicitation requirements, with attendance confirming via email by February 26, 2025. The U.S. Government plans to award a firm fixed-price contract to the most qualified and lowest-priced proposal without discussions unless necessary. Inquiries regarding the RFP should only be directed to John Harris by March 10, 2025. The document emphasizes adherence to federal anti-discrimination laws and highlights safety management and work risk assessment as critical components of the proposal. Overall, it seeks to ensure that the selected contractor meets technical and pricing parameters for installation while maintaining compliance with government regulations.
    The document is a Request for Quotation (RFQ) outlining the specifications for replacing an elevator at the U.S. Embassy in Mexico City. The project involves dismantling an existing machine room elevator and installing a new machine room-less elevator, with provisions covering labor, materials, and safety compliance. The contractor is responsible for tasks such as removing old equipment, debris clearance, and ensuring that installations meet regulatory requirements. Additionally, it outlines specific elevator design and operational requirements, including safety features and a one-year maintenance plan. Key elements include warranty obligations, training for Embassy staff, and guidelines for invoicing and contractor performance monitoring. The RFQ aims to ensure the project's completion to the government's standards while prioritizing safety and operational efficiency in a diplomatic setting. The document emphasizes compliance with federal regulations and quality assurance throughout the process.
    The document RFQ 19MX5325Q00021 outlines the requirements for the replacement of a machine room elevator with a machine room less elevator at the U.S. Embassy in Mexico City. The contractor is responsible for all aspects of the project, including demolition, installation, and safety compliance related to elevator equipment. The total project involves a detailed pricing structure that includes labor, materials, and maintenance costs, with a requirement for a one-year warranty post-installation. Additional responsibilities include ensuring proper electrical and structural modifications and adhering to U.S. safety and quality standards. The contractor must also provide training for building staff and comply with relevant federal acquisition regulations throughout the process. The goal is to achieve a fully operational elevator system while ensuring minimal disruption and maintaining safety standards within the embassy environment. This RFQ reflects a structured approach to managing government contracts concerning essential infrastructure upgrades in diplomatic facilities.
    The document details RFQ 19MX5325Q00021, a request for quotation regarding the replacement and installation of elevators at the U.S. Embassy in Mexico City. It outlines the contractor's responsibilities, including the removal of the existing machine room elevator, installation of a new machine room-less elevator with specific capacity and speed requirements, and adherence to safety regulations. The project is structured as a firm-fixed price type of purchase order, covering all labor and materials. Key tasks involve thorough site preparation, compliance with building codes, and cooperation with other parties for necessary additional work. A one-year maintenance policy is required post-installation, along with warranties for equipment and workmanship. The contractor must prepare for rigorous inspections and testing to ensure regulatory compliance and satisfactory performance. Compliance with various federal acquisition regulations and clauses is mandated throughout the process. This RFQ illustrates the government's commitment to maintaining operational safety and efficiency within its overseas facilities.
    The document is a Request for Quotation (RFQ) issued by the U.S. Embassy in Mexico City, specifically the General Services Office Contracts. This RFQ solicits quotations for elevator replacement and installation services. It clearly states that the RFQ is not a commitment for the government to purchase and that submitted quotations are not offers, thus emphasizing the preliminary nature of this request. The document outlines essential details including the request number, issue date, delivery expectations, and the contact information for the issuing office. It asks interested offerors to provide a detailed quotation, specifying quantities and pricing, and includes a provision for discounts for prompt payments. The RFQ specifies that a signed quotation is necessary and includes sections for the quoter's company details and confirmation of domestic origin for supplies. This document exemplifies standard practices in government procurement processes, aiming to obtain competitive bids while setting clear expectations for submissions and compliance requirements from contractors.
    The document outlines the procedures for vendors utilizing the myILMS Portal to manage order delivery and invoice submission. It begins with an introduction to the system, emphasizing its cloud-based accessibility via Google Chrome. Vendors are instructed to log in using provided credentials and navigate a user-friendly homepage to view recent orders and invoices. Two main methods for creating invoices are detailed: directly from an order form or from the homepage. The invoice creation process requires entering specific order details and modifying line items as necessary. Vendors must attach relevant files before submitting invoices for approval. The document explains the status tracking of invoices—Draft, Canceled, Rejected, and Approved—allowing vendors to manage their submissions effectively. Additionally, vendor account setup procedures are included, highlighting the requirement for language preferences and necessary contact information. This guide aims to streamline the invoicing process, ensuring compliance and efficiency for vendors participating in federal government contracts, grants, and RFPs at various governmental levels.
    The document outlines the implementation of Multifactor Authentication (MFA) for the Procurement Portal, a necessary security measure mandated by the Department to enhance user identity verification. MFA applications, which include Google Authenticator, Authy, and WinAuth, are free and do not require internet connectivity. The lines of support are tailored to user needs: Google Authenticator is app-based for smartphone users; Authy accommodates users without smartphones by providing browser and desktop options; and WinAuth enables desktop setup for users without phones. Detailed setup procedures and login instructions for each MFA application are provided, emphasizing that MFA is required for every portal login. The primary purpose of establishing MFA is to protect account integrity by ensuring only registered users can access their accounts, thereby reinforcing security in federal and state governmental processes related to RFPs and grants. This initiative demonstrates a commitment to safeguarding sensitive information in government operations.
    The document serves as a training guide for suppliers on how to create and send invoices using the myILMS portal, essential for processing federal purchase orders and billing. It outlines the step-by-step process: from accessing the platform and logging in to creating drafts and submitting invoices. Suppliers are instructed on finding specific purchase orders, inputting invoice details, and attaching necessary documents. The guide emphasizes the importance of reviewing invoice information before submission and highlights different invoice statuses (e.g., draft, canceled, rejected, approved) along with how to manage each status. Additionally, the guide includes instructions for new suppliers on creating an account and selecting a preferred language. The training session aims to enhance compliance with government procurement processes, ensuring that suppliers can navigate the billing system efficiently. Overall, this document is crucial in facilitating smooth transactions and maintaining proper oversight in government contracts.
    The document outlines the implementation and usage of Multi-Factor Authentication (MFA) as an added security measure for users accessing the invoice submission portal of ServiceNow. MFA aims to verify user identity through an additional layer of protection, which is mandatory to meet identification and authentication standards set forth by the Department. Users can choose from several MFA applications, including Google Authenticator, Authy, and WinAuth, all of which are free and do not require an internet connection for operation. The document provides detailed setup instructions for each MFA option, including downloading the necessary applications, logging in to the portal, and linking the user account to the MFA service. It emphasizes the requirement for MFA at each login, maintaining that only the registered user should access their account. This measure enhances security by ensuring that unauthorized users cannot gain access even if they have the username and password. Overall, the emphasis on MFA indicates the government’s commitment to improving digital security for stakeholders in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance Repair Services
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico, is seeking proposals for maintenance and repair services for residential properties leased by the U.S. Government Mission in Mexico City. The contract encompasses a range of general maintenance tasks, including plumbing, electrical work, carpentry, painting, and other essential upkeep activities, as well as commissioning and decommissioning services for properties. This procurement is vital for ensuring that the leased housing remains safe, functional, and habitable for government personnel. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals electronically to the designated contacts, Morgan Osborne and Luisanatalia Salceda, at MexicoCityGSOSolicitations@groups.state.gov, prior to the specified deadline.
    Maintenance services for generators
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit maintenance services for generators. The objective of this procurement is to ensure reliable operation and upkeep of the generators used at the Embassy, with the contract anticipated to cover a base year and two optional one-year extensions, contingent upon government approval. This service is critical for maintaining the Embassy's operational capabilities and ensuring continuous power supply. Interested contractors should note that the solicitation is not yet available, but will be posted on SAM.gov, and they are encouraged to register in the System for Award Management prior to submission. For further inquiries, potential bidders can contact Petra Suric Jankov or Veronica Tecuatl via email at MexicoCityGSOSolicitations@groups.state.gov.
    Elevator Maintenance Services – U.S. Embassy Singapore
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Singapore, is seeking qualified contractors to provide comprehensive elevator maintenance services for three Hyundai gearless traction elevator units located at the Chancery. The objective of this procurement is to ensure the safe, reliable, and efficient operation of the elevators, with an anticipated performance period consisting of one base year and four optional one-year extensions at the Government's discretion. This contract is critical for maintaining operational safety and efficiency at the embassy, and it will be awarded as a Firm-Fixed-Price (FFP) contract based on initial quotations without discussions. Interested contractors must be registered in the System for Award Management (SAM) and comply with all local regulations in Singapore; for inquiries, contact Kevin M. Phillips or Ng Yan Ling Grace at SGProcurementRFQ@state.gov or by phone at 6564769108 and 6564769304, respectively.
    Pre-Solicitation Notice for Elevator Maintenance Services for the U.S. Embassy, Ankara, Türkiye
    State, Department Of
    The U.S. Embassy in Ankara, Türkiye, is seeking qualified contractors to provide elevator maintenance services under a pre-solicitation notice. The contractor will be responsible for all aspects of the maintenance, including materials, labor, overhead, and profit, with payments made upon satisfactory completion of services. This procurement is essential for ensuring the operational efficiency and safety of the embassy's facilities. The solicitation is expected to be issued no earlier than December 19, 2025, and interested parties can direct inquiries to the Acquisitions Office at Ankara-GSO-Procurement-DL@state.gov.
    Elevator Maintenance Service at NEC
    State, Department Of
    The U.S. Department of State is seeking proposals for Elevator Maintenance Services at the U.S. Embassy in Yangon, Myanmar, under solicitation number 19BM8026Q0002. The contract will cover a one-year base period with two optional years, requiring routine monthly maintenance, 24/7 emergency response, and same-day non-emergency repairs for three Otis elevators. This service is critical for ensuring the operational efficiency and safety of the embassy's facilities. Interested vendors must submit their proposals by December 26, 2025, at 16:00 Yangon time to RangoonProposals@state.gov, and are required to have a local partner in Myanmar, along with SAM registration and a comprehensive technical plan.
    Lima - FY23 Chancery Elevators Maintenance
    State, Department Of
    The Department of State is seeking qualified contractors to provide maintenance services for four OTIS elevators located in the Chancery building in Lima, Peru. The contract will cover the maintenance of these elevators in accordance with the attached Statement of Work, ensuring their operational efficiency and safety. This maintenance service is crucial for the daily operations of the embassy, facilitating the movement of personnel and visitors within the building. The period of performance for this contract is from April 1, 2023, through March 31, 2024. Interested parties can contact Curt Whittaker at whittakerct@state.gov or by phone at 511-618-2196, or Christian Rivas at rivascr@state.gov or 511-618-2192 for further information.
    Gasoline Provision Services
    State, Department Of
    The U.S. Embassy in Mexico City is soliciting proposals for gasoline provision services for Government Owned Vehicles (GOVs) under Solicitation Number 19MX5325Q0007. The contract requires the supply of premium, regular, and diesel fuel, along with fuel management systems for tracking usage, detailed monthly reporting, and billing in Mexican Pesos, with a ceiling price of $3,600,000 USD per year. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is crucial for ensuring the operational readiness of U.S. government vehicles across Mexico, including nine consulates. Interested offerors must submit their proposals electronically by January 2, 2026, and are encouraged to contact Morgan Osborne at MexicoCitySolicitations@groups.state.gov for further details.
    Maintenance of Elevators at US Embassy Building - Pristina
    State, Department Of
    The U.S. Department of State is soliciting quotations for an Elevator Maintenance Contract at the U.S. Embassy in Pristina, Kosovo, under Solicitation Number 19KV4226Q0001. The contract entails a firm-fixed-price agreement for elevator maintenance services, which includes routine monthly maintenance, annual tests, and emergency response requirements, ensuring elevators operate safely and efficiently in compliance with ASME A17.1 standards. This maintenance is crucial for the safety and reliability of the embassy's operations, with the selected contractor required to provide trained personnel and adhere to strict quality assurance measures. Quotations are due by January 16, 2026, at 3:00 PM local time, and interested parties must attend a pre-quotation conference on December 22, 2025, at the embassy. For further inquiries, contact Thad Ball at balltb@state.gov or Burim Buza at BuzaBM@state.gov.
    Installation of Interior Staircase
    State, Department Of
    The U.S. Department of State is preparing to solicit proposals for the installation of an interior staircase at the U.S. Embassy in Rome, Italy. This project aims to connect two apartments within the embassy premises, requiring the contractor to provide all necessary labor, materials, and equipment for the installation. The estimated contract value ranges from $25,000 to $100,000, and the government intends to award a firm-fixed price purchase order based on initial offers without further discussion. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their proposals electronically, adhering to the specified size limits for email submissions. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or by phone at +39 0646742581.
    TEGUC - Prefabricated Mezzanine Installation
    State, Department Of
    The U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the design, supply, delivery, and installation of a prefabricated mezzanine system at an INL Warehouse. This project requires compliance with U.S. industrial standards, including OSHA and ANSI, and encompasses all structural components, access features, flooring, safety railings, and necessary base preparation. The contract will be a firm-fixed-price type, with delivery expected within 45 days of award, and quotations are due by January 5, 2026, following a site visit on December 15, 2025. Interested contractors must register in the SAM database and submit their offers electronically, adhering to specified formatting requirements. For further inquiries, contact Edward Ortiz or Clinton Jerez at TguBids@state.gov.