Elevator Maintenance and Repair Services
ID: N4008526R0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Section C – 0100000 General Information, outlines the scope of services for a performance-based contract at Naval Submarine Base New London. The contractor is responsible for providing all necessary labor, supervision, materials, and equipment for both recurring and non-recurring work. The document details 18 annexes, covering general information, management, and various technical requirements. It emphasizes the Navy's performance-based service acquisition (PBSA) approach, which includes performance outcomes, measurable standards, incentives, and a performance assessment plan, all structured within a standardized template. The government reserves the right to acquire additional services and locations. The file also provides background on Naval Submarine Base New London, clarifies different types of
    Section C – 0200000 outlines the management and administration requirements for a government contract, covering key aspects from general information and administrative procedures to personnel, security, and safety. It details government working hours, federal holidays, and restrictions on contractor hours. Key administrative requirements include attending meetings, training for new systems, and engaging in formal and informal partnering. Contractors must obtain all necessary permits, licenses, and insurance, and protect government property. The document also specifies invoicing procedures and the use of government-furnished items like utilities. Management aspects cover work control, scheduling, deliverables, service interruptions, and the use of NAVFAC Maximo for data entry and quality management systems. Personnel requirements focus on key roles like Project Manager, Quality Manager, Site Safety and Health Officer, and Environmental/Energy Manager, detailing their qualifications and responsibilities. Employee requirements include certification, training, appearance, conduct, identification, and legal residency. Security mandates compliance with federal regulations, employee listings, vehicle identification, passes, badges, and access to installations, buildings, and IT systems, including DBIDS enrollment and security clearances. The Contractor Safety Program requires an Accident Prevention Plan, Activity Hazard Analyses, and compliance plans for various SOH risks, along with accident reporting. Finally, environmental management, disaster preparedness, warranty management, and procedures for recurring and non-recurring work are outlined.
    Section J – 0200000 outlines Management and Administration for government RFPs, grants, and state/local RFPs, providing critical definitions, acronyms, and procedural attachments. It details various aspects of contract execution, including wage determinations, directives, forms, and guidelines for managing government-furnished property and hazardous materials. Key definitions cover terms like "Asset," "Competent Person," "Construction Equipment," and different crane categories, along with operational concepts such as "Integrated Maintenance Program" and "Life-Cycle Costs." The document also specifies data reporting for NAVFAC MAXIMO, system access, and hazardous waste management plans, emphasizing regulatory compliance and operational efficiency for contractors.
    The 1502000 – Facility Investment document outlines the requirements for facility investment services, primarily focusing on Sustainment, Restoration, and Modernization (SRM) sub-functions at Naval Submarine Base New London, CT. The contractor is responsible for providing labor, management, tools, materials, and equipment for Vertical Transportation Equipment (VTE) and other installed systems. Key areas include emergency, urgent, and routine (E/U/R) work, a Preventive Maintenance (PM) program, and an Inspection, Testing, and Certification Program, all capped at $2,000 per recurring work occurrence. Personnel must be certified and follow industry standards, including ASME A17.1. The document also addresses non-recurring work through task orders and emphasizes historical preservation. This comprehensive framework ensures the safe and efficient operation and maintenance of facility infrastructure.
    Attachment J-1502000-01 outlines definitions and acronyms crucial for federal government RFPs, grants, and state/local RFPs. Key terms cover various types of equipment (collateral, installed, personal property), facilities life cycle stages, and maintenance management, including preventive maintenance, repair, replacement, and restoration. It also defines different service order classifications: emergency, urgent, and routine. The document specifies conditions for weight handling equipment and provides a list of acronyms such as HVAC, SCADA, and SRM. Additionally, it details condition rating guidance for vertical transportation equipment like hydraulic, traction geared, and gearless elevators, as well as lifts and escalators, categorizing their condition as green, amber, or red based on specific criteria. The attachment also explains policies for exceeding service call limits and outlines exemptions, which are vital for contractors to understand their liabilities and credits when repairs exceed predefined limits.
    This document outlines the deliverables and performance requirements for a government contract, detailing various reports and programs. Key deliverables include certifications and licenses submitted within 15 days of award, monthly summaries of completed work orders due on the fifth workday, and an annual preventive maintenance program plan due 30 calendar days after contract award. Monthly PM work schedules are required five workdays prior to each month, along with monthly unaccomplished maintenance reports and maintenance summary reports due on the fifth workday. Annual equipment condition assessments are also mandated, updated upon repair or replacement. Other monthly reports include deficiency summaries for inspection, testing, and certification programs, and summary reports for other recurring services, all due on the fifth workday of each month. This structure ensures ongoing oversight and compliance with maintenance and operational standards.
    This government file details Wage Determination No. CBA-2023-24, Revision No. 2, for elevator maintenance and repair services at the Naval Submarine Base New London, Connecticut. The determination outlines wage rates and fringe benefits for employees under a Collective Bargaining Agreement between Kone Inc. and International Union of Elevator Contractors Local 91, effective from July 9, 2022, through July 8, 2027. Key wage rates for 2024 include Mechanic in Charge ($72.01), Mechanic ($64.01), and various apprentice rates. Employer contributions cover health benefits ($16.175), pension ($10.860), apprenticeship/education fund ($0.750), work preservation fund ($1.300), and 401(K) annuity ($10.100). Vacation benefits are 6% (under 5 years) or 8% (over 5 years) of the regular hourly rate. Paid holidays include New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving and the Friday after, and Christmas Day. The IRS mileage rate is $0.67 cents.
    This document outlines the Corporate Experience section of Request for Proposals (RFP) N40085-26-R-XXXX, which is for Elevator Maintenance & Repair Services at the Naval Submarine Base New London, Groton, CT. The RFP requires offerors to provide detailed information about their past contract experiences, including company and agency names, addresses, contract titles and numbers, project descriptions, points of contact, telephone and fax numbers, contract type, total award value (with multiyear indication), award date, original and final contract prices, estimated yearly contract costs, and expected and actual completion dates. Offerors must also explain any differences between original and final contract prices or expected and actual completion dates. The government reserves the right to verify all submitted information, emphasizing the need for accuracy and completeness in demonstrating corporate qualifications for the elevator maintenance and repair services.
    The Performance Assessment Plan (PAP) for Contract N40085-26-D-XXXX outlines the methodology for assessing elevator maintenance and repair services at Naval Submarine Base New London, Groton, CT. Its purpose is to provide contractor feedback, update performance ratings, and determine incentive eligibility. The PAP details roles and responsibilities for government personnel, including the Contracting Officer's Representative (COR) and Performance Assessment Representatives (PARs), emphasizing training, safety, and security. It describes methods of assessment (MOA) such as planned sampling and unscheduled visits, and outlines procedures for assessing performance at different levels (AL1, AL2, AL3). The plan emphasizes evaluating the contractor's Quality Management System (QMS), addressing non-conformance, and recommending administrative actions or payment withholdings when necessary. Monthly performance summaries and a Performance Assessment Board ensure comprehensive oversight and evaluation, fostering a collaborative yet accountable environment.
    This government file, Wage Determination No.: 1988-0746 Revision No.: 60, issued by the U.S. Department of Labor, outlines the wage and fringe benefit requirements for service contracts in Connecticut. It details the minimum wage rates under Executive Orders 14026 ($17.75 per hour) and 13658 ($13.30 per hour) for 2025, depending on the contract award date. The document specifies an Elevator Repairer occupational rate of $66.72 per hour. Additionally, it mandates fringe benefits including health and welfare ($16.275 per hour), vacation (accrued based on years of service), eight paid holidays, a pension ($10.96 per hour), an educational fund ($0.80 per hour), a 401(k) annuity ($10.40 per hour), and an elevator work preservation fund ($1.60 per hour). It also addresses paid sick leave requirements under Executive Order 13706 for contracts awarded on or after January 1, 2017.
    This government file, Attachment J-0200000-014, outlines the pricing summary and detailed line items for elevator maintenance services under Solicitation/Contract #N40085. The contract includes a base year and four option years, with each year having both recurring and non-recurring work. The total estimated cost for non-recurring work across all five years is $750,000, with $150,000 allocated per year. Recurring work is currently priced at $0 for all listed services, including emergency, urgent, routine, preventive maintenance, inspection, testing, certification, and other services for both Region and NGIS facilities. Non-recurring work involves unit-priced labor (mechanic and laborer) under both the Service Contract Act and Davis Bacon Act, and material costs, all of which are subject to negotiation by the Contracting Officer (KO) using the ETO process. The document emphasizes the need to fill in unit and total prices accurately and ensure all formulas for totals are correct across all attached ELIN sheets.
    The Naval Submarine Base New London Spill Prevention, Control, and Countermeasures (SPCC) Plan, developed in January 2015, outlines procedures and equipment to prevent oil discharges into navigable waters. It details plan administration, facility information, general SPCC requirements, and specific onshore facility requirements. Key aspects include professional engineer certification, regular plan reviews and amendments, designated personnel for discharge prevention, and comprehensive spill reporting and response procedures. The plan addresses secondary containment for various oil storage types, personnel training, security measures, and compliance with federal (40 CFR Part 112), state, and local regulations. It also includes specific deviations from federal requirements, such as concrete-encased tank inspection procedures and physical damage prevention for aboveground piping, with justifications for equivalent environmental protection.
    The U.S. Naval Submarine Base New London, CT, maintains an extensive inventory of elevators, dumbwaiters, and handicapped lifts across various buildings. This inventory details 47 elevators, including passenger, freight, hydraulic, and traction types, with varying capacities (2,000 to 20,000 lbs) and installation dates (1938 to 2012). Key information includes piston size, rated speed, equipment manufacturer, and crucial inspection dates for next 5-year, last 5-year, next bi-annual, last bi-annual, next annual, and last annual inspections. The file also lists one dumbwaiter and two handicapped chair lifts with their respective inspection schedules. The document emphasizes that annual and periodic inspections are conducted yearly, with 5-year tests coinciding with annual tests, and contractors are notified in advance if a 5-year test is due. This comprehensive inventory supports facility management, maintenance planning, and compliance with safety regulations for vertical transportation systems within the Naval Base.
    The provided government file details numerous emergency work orders primarily concerning inoperable or malfunctioning elevators across various Newlon locations. The incidents, logged between January 2023 and August 2025, frequently cite a single elevator in a building being out of order, causing significant disruptions. Issues range from elevators being stuck between floors with and without passengers, hydraulic leaks, power failures, and alarms. Specific incidents include elevators stuck on the 1st, 3rd, and 4th floors, and one instance where all four elevators in a building were down. These emergencies often required fire department intervention to release trapped individuals. The consistent nature of these 'EMERGENCY' work types highlights a critical need for reliable elevator systems, especially in buildings with only one elevator.
    The provided file details numerous routine elevator and escalator inspection and maintenance tasks across various buildings and units, identified by
    The provided government file details numerous urgent work requests primarily concerning elevator malfunctions across various 'NEWLON' buildings, along with a few instances in 'M67011'. The requests, dated from August 2022 to July 2025, consistently categorize the work type as 'URGENT'. Common issues include elevators being out of service, stuck between floors, doors not opening or closing properly, grinding noises, power outages, and some instances of instability. Specific locations within buildings, such as the Alpha side, West Wing, North Tower, and East Wing, are frequently mentioned. The document also notes a request for an AC unit repair in Room 216A/PMP Office and a flooring issue in Building 84, though the overwhelming majority of entries relate to elevator problems, highlighting a critical need for repairs and maintenance of vertical transportation systems across these facilities.
    The NEPA Environmental Checklist for the PWD New London Naval Submarine Base outlines environmental requirements for the Elevator/Escalator Maintenance and Repair project. This project, scheduled for February 2026, involves a contract rewrite for elevator and escalator maintenance at the Naval Submarine Base New London, Groton, CT. The checklist, effective July 2020, guides the Environmental Division (EV) in assessing environmental impacts. It requires submission of the completed form, site map, and Statement of Work (SOW) or Form 1391 at least 15 days before the project start. Key requirements include compliance with federal, state, and local environmental regulations, coordination with the SHPO for work in historic buildings, and adherence to soil management procedures if ground-disturbing activities occur. It also mandates reviewing HAZMAT surveys, managing regulated waste, and obtaining approval for wastewater discharges. The project falls under a Department of Navy CATEX for routine repair and maintenance, meaning no further NEPA analysis is required provided all environmental requirements are met.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government RFPs, grants, and state/local RFPs to evaluate contractor performance. It collects detailed information about a contractor's past projects, including contract specifics, work performed, and project descriptions. The form requires both the contractor and the client to provide information, with the client completing a comprehensive evaluation of the contractor's performance across various categories. These categories include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Clients rate performance using a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions for each level, along with a 'Not Applicable' option. The questionnaire emphasizes the importance of objective evaluation, allowing clients to provide narrative feedback on strengths, weaknesses, and any other relevant comments. The completed questionnaire is submitted by the offeror with their proposal, and the government reserves the right to verify all provided information. This form is essential for assessing performance risk in future solicitations.
    This document, identified as SOLICITATION NO. N40085-26-R-XXXX, is a question sheet related to an RFP for "ELEVATOR MAINTENANCE & REPAIR" at the Naval Submarine Base New London, Groton, CT. Dated July 2011, its purpose is to provide a structured format for prospective companies to submit questions regarding the solicitation. The form requests company details such as name, address, phone, fax, point of contact, and email. It includes fields for question number, page number, section, paragraph number, and the actual question, facilitating a clear and organized inquiry process. This document is a standard component of government procurement, ensuring that all potential bidders have an opportunity to seek clarification on the requirements before submitting their proposals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, troubleshooting, repair, alteration, demolition, and minor construction of VTE and Direct Digital Control (DDC) systems. This procurement is crucial for ensuring the safe and efficient operation of vertical transportation systems within government facilities, emphasizing the importance of regular maintenance and compliance with safety standards. Proposals are due by December 9, 2025, at 2:00 PM EST, and interested parties should contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical upgrades including roof repairs, structural strengthening, electrical enhancements, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a completion deadline of 630 calendar days from the start date. Interested contractors must submit their proposals by December 9, 2025, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    DDSP Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking a contractor for the maintenance of elevators, dumbwaiters, and platform lifts at DLA Distribution Susquehanna, Pennsylvania. The procurement involves providing preventative and corrective maintenance services, including unscheduled service calls and necessary repair or replacement parts, under a Firm Fixed-Price (FFP) and Time & Materials (T&M) purchase order for a base year and four option years. This maintenance is crucial for ensuring the operational efficiency and safety of the lift systems at the facility. Interested contractors must submit their quotes by December 12, 2025, and can direct inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or by phone at 717-770-8868.
    Generator Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide generator maintenance and repair services for six electrical motor generators located in Newport, Rhode Island. The procurement includes annual preventative maintenance and emergency repair services, with a requirement for a 24-hour response time for emergency calls, ensuring continuous power for critical shipboard test equipment. Interested contractors must submit a detailed capability statement, evidence of licensing and insurance, and past performance references by November 20, 2025, with a contract expected to be awarded as a Firm-Fixed Price purchase order for one base year and four option years. For further inquiries, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811.
    J039--Elevator Maintenance, Inspection, and Repair Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide elevator maintenance, inspection, and repair services at the Mann-Grandstaff VA Medical Center in Spokane, WA. The procurement includes comprehensive services such as preventive maintenance, inspections, testing, and emergency call-back services for government-owned vertical transportation equipment, adhering to relevant codes and manufacturer guidelines. This contract is crucial for ensuring the operational efficiency and safety of the facility's elevators, with a base year and four optional years of service anticipated. Interested firms must respond by December 5, 2025, with required information including contact details, business classification, capabilities statement, and past performance examples, directed to Contract Specialist Quyen Mai at quyen.mai@va.gov.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    N00024-18-C-4301 J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is issuing a Justification and Approval for contract N00024-18-C-4301, which pertains to the maintenance, repair, and rebuilding of equipment related to furnace, steam plant, and drying equipment, as well as nuclear reactors. This procurement is critical for ensuring the operational readiness and safety of naval facilities, particularly in Groton, Connecticut, where the work will be performed. The contract is significant for maintaining essential equipment that supports naval operations and infrastructure. Interested parties can reach out to Cara Poole at cara.l.poole.civ@us.navy.mil or Joseph Strain at joseph.r.strain4.civ@us.navy.mil for further details regarding this opportunity.