Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair Services
ID: W911S824R0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-JB LEWIS-MC CHORDJOINT BASE LEWIS MCCH, WA, 98433-9500, USA

NAICS

Other Building Equipment Contractors (238290)

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 Department of the Army, is seeking qualified contractors to provide full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for ensuring the safe and continuous operation of various types of VTE, including elevators and lifts, by providing all necessary personnel, equipment, and supervision in compliance with established safety standards and regulations. This procurement is critical as these services are designated as a Mission Essential Function, underscoring their importance for operational efficiency at military installations. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.

    Files
    Title
    Posted
    The National Elevator Bargaining Association (NEBA) and the International Union of Elevator Constructors (IUEC) have established a collective bargaining agreement from July 9, 2022, to July 8, 2027. The agreement covers various topics including recognition of the Union as the exclusive bargaining representative for Elevator Constructor Mechanics, Helpers, Apprentices, and Assistant Mechanics; membership requirements; wages; work jurisdiction; and conditions for construction, repair, and modernization of elevator systems. Key wage provisions include scheduled increases of 3.50% and 3.45% for respective years, while ensuring specific wage rates for different classifications of workers. The agreement also details work jurisdiction, stressing that only qualified personnel perform specific tasks under safety guidelines. Moreover, it incorporates holiday pay, vacation entitlements, and health benefit plans as part of employee rights. This structured agreement not only aims to foster harmonious labor relations but also ensures compliance with workplace safety and efficiency standards, reflecting the industry's commitment to high operational standards through skilled labor and collective bargaining practices.
    The Technical Experience Proposal Form serves as a structured template for firms responding to government RFPs, federal grants, and state/local proposals. It requires essential project information, including firm identification, project title and numbers, contract details, timelines, client contact information, and a project scope description. Importantly, it asks for an explanation of how past project experience is relevant to the requirements of the current solicitation. This form facilitates a comprehensive presentation of a firm’s qualifications and experience, helping agencies assess potential contractors’ capabilities in successfully completing the project at hand. The document's emphasis on specific details and client engagement underlines the importance of accountability and transparency in the procurement process.
    The document is the Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining minimum wage requirements and classifications for various occupations in Pierce County, Washington. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, establishing a minimum wage of $17.20 per hour, while older contracts fall under Executive Order 13658, which sets the minimum at $12.90. The document lists numerous occupations along with corresponding hourly wage rates and fringe benefits requirements, including health and welfare provisions, vacation, and holidays. Additionally, it outlines the conformance process for unlisted job classifications, detailing steps for contractors to seek approval for wage rates not specified in the determination. This document serves as a guideline for federal contracts, ensuring workers receive fair compensation based on set standards while providing essential legal information for contractors involved in submitting RFPs or grants. Overall, it aims to protect workers' rights and establish equitable pay within federal contracting processes.
    Attachment L2 outlines inquiries and comments associated with a government document, specifically linked to federal grants and RFPs. The attachment permits stakeholders to submit questions or comments regarding specific portions of the document, such as the SF 1449, Performance Work Statement (PWS), and Technical Evaluation (TE), ensuring a clear and concise review process. The structure includes sections for referencing the page and paragraph in question, allowing for targeted feedback. Each entry is followed by a government response or disposition, reflecting transparency in communication. The attachment serves to clarify expectations and gather insights, fostering a collaborative approach in the administration of government contracts. The overall focus of Attachment L2 is to facilitate effective engagement between the government and potential bidders or grant applicants, ultimately enhancing compliance with federal and state requirements.
    The Performance Work Statement (PWS) outlines a contract for full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM), WA. The contractor is responsible for providing all necessary personnel, materials, and supervision to ensure safe operation of all VTE, including elevators and lifts, in compliance with established standards such as ASME A17 codes and Department of Defense regulations. The contract encompasses a base year plus four option years, running from November 2024 through October 2029. Routine maintenance, emergency services, and coordination with other contractors are key responsibilities, with a focus on quality control through regular reporting and adherence to safety protocols. Emergency calls require 24/7 availability, while routine service requests have specified response times. The PWS also mandates compliance with federal security protocols, including personnel training and identification requirements. The contractor must manage hazardous materials responsibly and adhere to environmental guidelines. Overall, this document establishes the framework and requirements for ensuring the efficient and compliant operation of VTE at JBLM, emphasizing the contractor's accountability and the importance of safety and regulatory compliance.
    The document is an amendment to a solicitation or contract, specifically modifying the response timeline for a federal request for proposal (RFP). The primary purpose of the amendment is to change the deadline for submission from October 9, 2024, at 11:00 AM to October 11, 2024, at 09:00 AM. Despite this adjustment, all other terms and conditions of the original document remain unchanged and valid. The document specifies that contractors must acknowledge receipt of the amendment to ensure their offer is considered. Furthermore, instructions for making changes to an already submitted offer are provided. The amendment and its details are signed by the contracting officer on September 10, 2024, establishing the formal record of the changes made. This procedural document adheres to federal procurement regulations, underscoring the importance of timely and accurate communications in the bidding process for government contracts.
    The government solicitation W911S824R0016, issued on September 9, 2024, seeks proposals for vertical transportation equipment (VTE) full-service maintenance and repair across Joint Base Lewis-McChord (JBLM) facilities. The submission deadline for offers is October 9, 2024, at 11:00 AM. Key requirements include performing monthly maintenance on elevators, dumbwaiters, material lifts, and chairlifts as specified in the Performance Work Statement (PWS). The solicitation is open to small businesses, including service-disabled veteran-owned and women-owned small businesses. The proposal encompasses base and option years for ongoing maintenance services, along with provisions for additional work with specified burdened hourly rates for various elevator constructor positions. The inspection and acceptance of services will occur at the delivery site, and all offers must comply with federal regulations and clauses incorporated by reference. The solicitation emphasizes the importance of competitive pricing and performance capability, with evaluation criteria to determine the most advantageous offer for the government. This document aligns with federal contracting practices, intending to ensure high standards for maintenance services within military installations while promoting small business participation.
    The document details the Performance Requirements Summary (PRS) for a government service procurement, focusing on maintenance and repair services. Key performance standards include adherence to code requirements, timely execution of repairs, and proper response times to service requests. Maintenance must have no more than 2% deficiencies, with any repairs needing to be re-executed limited to two occurrences per reporting period. Timely service is emphasized, requiring that no more than 2% of services are performed late, and that most service requests have a maximum allowable delay of 30 minutes. Deliverables must meet specifications and be submitted on time, with identified issues to be corrected within three business days. Enforcement of these standards will follow a planned sampling approach with inspections scheduled monthly per the contractor's Maintenance Control Plan (MCP). This document guides the operational expectations of contractors in federal, state, and local RFPs, ensuring compliance with regulations and high service quality critical for public sector projects.
    This document outlines the deliverables required from the contractor following contract award, structured under various performance work statement (PWS) parameters. Key deliverables include the Quality Control Program (QCP), which must be submitted within 10 days post-award, and several training and qualification documents for employee compliance, often required within 10 business days. The document emphasizes timely reporting for critical operational areas, such as the Maintenance Control Plan and hazardous materials inventory, mandating initial submissions within 10 days and subsequent quarterly reports. Immediate reports are also required for any vehicle taken out of service and service reports are due weekly. The distribution of all documents primarily involves the Key Official (KO) and Contracting Officer Representative (COR). Overall, this framework ensures adherence to contract terms and enhances operational oversight within the context of government RFPs and grants, holding stakeholders accountable for maintaining compliance and quality in service delivery.
    The document details an inventory of passenger elevators, wheelchair lifts, and associated equipment at Joint Base Lewis-McChord (JBLM), outlining specifications such as location, capacity, manufacturer, type, and inspection dates. It categorizes the elevators by building and provides technical details including installation years, drive types (hydraulic or gearless), and maintenance schedules. Key entries highlight different models, their specific uses, and the timelines for required inspections, emphasizing the maintenance needs of the elevators to ensure safety and compliance. The inventory serves as a critical resource for managing government facilities, facilitating maintenance planning, and ensuring operational efficiency. As part of government oversight, the documentation aligns with RFPs and grant processes, fostering transparency in public infrastructure and compliance with safety standards.
    The document outlines the inventory details of passenger elevators located at JBLM-McChord Field. It lists three specific units, including their location, year of installation, type of drive, speed in feet per minute (FPM), and capacity in pounds. Each elevator is identified by a unique code, with specific attributes: the first unit installed in 1996 is a hydraulic twin post elevator, while the second and third units, installed in 1993 and 1998 respectively, are hydraulic in-ground elevators. The inventory specifies operational details, including the manufacturer's name and landing classifications. This technical exhibit serves as a vital component of the inventory management for federal facilities, ensuring proper record-keeping for maintenance and operational purposes relevant to government RFPs and grants associated with infrastructure management. The document underscores the importance of tracking elevator specifications for safety compliance and operational efficiency in federal facilities.
    The document outlines the procedures for maintaining a hazardous material inventory, specifically designed for the military sector. It specifies the requirements for reporting hazardous materials inventory, stating that submission is due by the 15th day following the end of each quarter. The inventory needs to include details such as Material Safety Data Sheets (MSDS), item names, National Stock Numbers (NSN), and manufacturers. The form utilizes columns for tracking the beginning balance, items received, items used, and the final end balance for each quarter. The structured format emphasizes thorough documentation, which is essential for effective pollution prevention and compliance with safety regulations. The inventory management process aims to ensure responsible handling of hazardous materials while minimizing environmental impact, thereby aligning with federal and local oversight requirements. The completion and accuracy of this inventory are essential for public works and environmental protection efforts within the military framework.
    The document outlines the prevailing wage rates for apprentice Elevator Constructors in Pierce County, Washington, effective September 26, 2023. It details the hourly wage and fringe benefit rates applicable to public works projects, emphasizing compliance with minimum pay standards. The document specifies a tiered wage structure for various experience levels, ranging from $31.13 for apprentices just starting (Step 1) to $92.66 for those at Step 5. Additionally, it notes the wage rates for job classifications, including a top wage of $107.49 for Elevator Constructors and $116.13 for those in charge. Overtime calculation requirements are briefly mentioned, alongside benefit codes and risk classifications. This information is essential for contractors and employers involved in public works, ensuring adherence to labor laws and fair wage practices within the state.
    The document outlines the procedures for commercial vehicle access to Joint Base Lewis-McChord (JBLM), detailing specific guidelines for vehicle entry, inspection, and identification requirements. Commercial vehicles can access JBLM solely through designated Commercial Vehicle Inspection Points (CVIPs) unless contractors possess an Automated Installation Entry (AIE) Extended Access Badge. Inspection points are located at the Logistics Center Gate and Integrity Gate, operational Monday to Friday, with varying hours. Vehicles carrying specific loads may request expedited inspection, although priority is not guaranteed. Contractor employees requiring access must gain an AIE badge or visitor pass, with the former issued only to those who need frequent access. A thorough security vetting via National Crime Information Center checks is mandatory, and denied applications may be appealed. All passes and badges must be returned upon employment termination or contract completion. Restricted access rules for JBLM-McChord Field's airfield enclosure are also highlighted, where unauthorized entry can lead to serious repercussions. Overall, this document serves to ensure compliance with security and operational protocols crucial for the safe management of commercial vehicle access to JBLM, reflecting broader federal regulations in connection with government contracts.
    Similar Opportunities
    Hydraulic Lift Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the repair of hydraulic lift units at the Consolidated Mail Facility located at Joint Base Anacostia Bolling in Washington, Mississippi. The contractor will be responsible for providing all necessary labor, materials, equipment, and services to perform repairs on eight hydraulic scissor lifts, ensuring they are operational for loading and unloading mail from an elevated loading dock. This procurement is critical for maintaining operational efficiency and safety in government logistics operations. Interested small businesses must submit their quotes by September 23, 2024, for a contract period running from October 1, 2024, to February 28, 2025. For further inquiries, potential bidders can contact Zackery Bowman at zackery.l.bowman.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES, VARIOUS LOCATIONS, OAHU, HAWAII
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Hawaii, is seeking contractors to provide maintenance and repair services for Vertical Transportation Equipment (VTE) at various locations on Oahu, Hawaii. The procurement aims to ensure the operational efficiency and safety of VTE systems, which are critical for facilitating movement within facilities. Interested contractors should note that the solicitation falls under the NAICS code 238290, and the primary contact for inquiries is Julie Shimoda, who can be reached at julie.m.shimoda.civ@us.navy.mil or by phone at 808-474-9841. Further details regarding the solicitation timeline and submission requirements will be provided in the official solicitation documents.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    Troop Appliance Maintenance and Repair (JBLM)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Troop Appliance Maintenance and Repair (TAMR) services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to ensure the maintenance, repair, and cleaning of various household appliances and dryer ducts in Unaccompanied Housing, with a focus on delivering high-quality service while adhering to federal, state, and local regulations. This opportunity is particularly significant as it supports the living conditions of service members by maintaining essential appliances, with an estimated total of 14,659 appliances currently in use at JBLM. Interested parties, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to respond to the sources sought notice by providing relevant information, including their capabilities and past experience, to the primary contact, Hao Ran, at hao.ran.civ@army.mil, by the specified deadline.
    Z1NZ--10/01/2024 | 436 Elevator Preventative Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Elevator Preventative Maintenance services at the Fort Harrison and Miles City VA Medical Centers in Montana, with the contract set to commence on October 1, 2024. The procurement includes a base year and four option years, requiring the contractor to perform monthly preventive maintenance, emergency repairs, and ensure compliance with safety regulations for the elevators at both facilities. This contract is crucial for maintaining operational elevators, which are essential for facility access and safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 19, 2024, and direct inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov or by phone at 303-712-5725.
    Z--Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan. This service is typically used for ensuring the proper functioning and safety of vertical transportation equipment such as elevators and escalators. The anticipated contract type is a fixed price, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. The contract period will be for a Basic Period of 12 months and four (4) one-year Option Periods with a planned start date of 01 OCT 2017. Local sources in Japan are eligible to submit proposals, and offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 29 JUN 2017, and interested contractors can access the solicitation from the Asia Navy Electronic Commerce Online (AsiaNECO) website. Interested firms are requested to provide capability statements including company information and contact details. This notice does not constitute a commitment by the Government, and the point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil, or Ms. Soledad Credo, Contracting Officer at telephone 046-816-7076, email: soledad.credo@fe.navy.mil.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal in Illinois. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards for the Army's infrastructure, supporting approximately 6,500 personnel. Proposals are due by 12:00 PM CST on October 16, 2024, and interested contractors should contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or 520-693-0169 for further details.
    Operational Lease of One Personnel Elevator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is conducting a sources sought notice to identify potential contractors for the operational lease of one personnel elevator for Dry Dock 6 in Bremerton, Washington. The selected contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to ensure the elevator's operational efficiency, including installation, maintenance, and emergency support for a lease period of up to twelve months. This procurement is crucial for facilitating personnel movement during vessel maintenance operations, ensuring compliance with safety standards and operational requirements tailored for an industrial environment. Interested companies should submit their notice of interest, including a completed capabilities questionnaire, to Nathan Grimm at nathan.c.grimm@navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil by the specified deadline, with the subject line "N4523A25Q1301 Sources Sought Response."
    (Pre-solicitation Notice) DPW Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for DPW Support Services at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing IT and business support services as part of the DPW IT Department, Business Operations and Integration Division, and Engineering Services Division, with potential work at the Yakima Training Center. This procurement is crucial for maintaining operational efficiency and support within the public works sector of the military installation. The solicitation is anticipated to be released around August 23, 2024, with a projected closing date of September 23, 2024, at 12:00 PM Pacific Standard Time. Interested parties can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further information.