NREL: Subcontractor Needed for Preventative Maintenance, Inspections and Repairs for Elevators
ID: RFP-2025-25120Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFALLIANCE SUSTAINABLE ENRGY-DOECONTRGolden, CO, 80402, 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
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 12:00 AM UTC
Description

The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking a qualified subcontractor for preventive maintenance, inspections, and repairs of elevators at its facilities in Colorado. The selected subcontractor will be responsible for providing all necessary personnel, labor, management, tools, and services to ensure compliance with safety standards and operational efficiency, as outlined in the Statement of Work. This contract is crucial for maintaining the functionality and safety of essential elevator systems, which are vital for the daily operations of NREL. Interested small businesses must submit their proposals electronically by February 5, 2025, following a mandatory notice of intent by January 6, 2025, with an expected annual funding of approximately $120,000. For further inquiries, contact Deb Dennis at Deb.Dennis@nrel.gov.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 12:05 AM UTC
The National Renewable Energy Laboratory (NREL) issued Request for Proposals (RFP) Number RFP-2025-25120 for preventive maintenance, inspections, and repairs of elevators at its facilities. The RFP seeks contractors with the capability to manage all aspects of elevator maintenance and repair, with proposals due by February 5, 2025, following a required notice of intent by January 6, 2025. Interested contractors must have a bona fide office within 100 miles of NREL's sites in Golden and Arvada, Colorado, and must register with the System for Award Management (SAM). Proposals must include a title page, a cover letter acknowledging documents and statements, a technical proposal, pricing terms valid for 90 days, and various evaluation forms, including health and safety credentials. The overarching objective is to ensure the professional execution of maintenance without manufacturer restrictions, thereby ensuring operational efficiency and compliance at NREL facilities. The document outlines essential steps for submission while emphasizing the importance of safety, organizational readiness, and conflict of interest management in proposal evaluation.
Dec 31, 2024, 12:05 AM UTC
The National Renewable Energy Laboratory (NREL) requires preventive maintenance, inspections, and repairs for its elevators as outlined in this Statement of Work (SOW). The subcontractor must fulfill all tasks, including quarterly inspections, annual testing as per ASME codes, and full-load testing every five years. Responsibilities extend to maintaining cleaning standards, documenting all inspections and repairs, and ensuring compliance with the Buy American Act. Subcontractor personnel must possess specific qualifications, including certifications from respected agencies. The contract emphasizes robust communication and responsiveness, stipulating a 24-hour acknowledgment time for service requests and a 4-hour on-site emergency response. The document lays out personnel training requirements and safety protocols, particularly regarding electrical work, adhering to NFPA standards. Scheduled tasks focus on priority 24/7 service availability, underscoring the commitment to a safe and functional environment across NREL's multiple campuses in Colorado. This SOW indicates the government's focus on maintaining operational safety and efficiency while ensuring compliance with federal regulations during the execution of maintenance services.
Dec 31, 2024, 12:05 AM UTC
The document details a subcontract between the Alliance for Sustainable Energy, LLC and a subcontractor for work under the Department of Energy’s Prime Contract for managing the National Renewable Energy Laboratory (NREL). The primary purpose of this subcontract is to outline the terms of a time and materials contract that specifies the work to be performed, payment terms, and expectations for compliance with federal regulations. The subcontract includes sections on the period of performance, pricing, and invoicing, with clear specifications regarding labor categories and hourly rates. It establishes auditing rights for invoice verification and outlines the limit of funds available for contract performance. Additional clauses emphasize adherence to the Service Contract Labor Standards, including wage determination and employee classifications, to ensure fair labor practices. Moreover, the subcontract incorporates requirements for maintaining a drug-free workplace and sets forth the terms for compliance with the Buy American Act for any purchases above $25,000. Overall, this document serves as a formal agreement to ensure the effective management and execution of construction and maintenance services while upholding important labor and regulatory standards.
The document outlines the cost proposal form for subcontracting labor and expenses associated with elevator maintenance, inspections, and repairs under the RFP 2025-25120. Offerors must provide comprehensive details of labor categories, fully loaded labor rates, cost justifications, and a pre-approved escalation rate for option periods. All proposed line items must match invoicing standards to ensure timely payments. Subcontractors are responsible for adhering to ASME A17.1 safety codes, conducting inspections at specified intervals, and maintaining up-to-date logs of inspections and deficiencies. Required qualifications for personnel include certified inspectors and technicians with relevant experience, ensuring compliance with safety and operational standards. Emergency repair services must be available year-round, with defined response times for standard and emergency requests. The proposal emphasizes the importance of using domestic products in compliance with the Buy American Act. Lastly, contact information for technical monitoring and project coordination must be maintained to facilitate effective maintenance scheduling and quality assurance throughout the contract period.
Dec 31, 2024, 12:05 AM UTC
The National Renewable Energy Laboratory (NREL) has established a risk evaluation worksheet for offerors and lower-tier subcontractors to assess their environmental, safety, and health (ESH) qualifications prior to participation in subcontract projects at NREL sites. The evaluation primarily focuses on the offeror’s experience modification rate (EMR) over a three-year period, with an EMR of 1.00 or less deemed acceptable, alongside 'No' responses to key safety and environmental inquiries. If an offeror’s EMR exceeds 1.00 or they answer 'Yes' to specific safety questions related to OSHA citations, fatalities, or environmental violations, further details are required. The document outlines necessary calculations for reporting occupational injury and illness statistics, including Total Recordable Case (TRC) and Days Away/Restricted or Transfer (DART) rates. The ultimate acceptance or rejection of the offeror is determined by their submitted information and supporting documentation, ensuring compliance with ESH standards, thereby promoting workplace safety and environmental stewardship in government contracting contexts.
The document appears to be a chaotic mix of data, symbols, and noise heavily obscured, making extracting coherent information difficult. However, the primary focus seems to revolve around the proposal for various government-funded projects or grants. These projects likely cover a wide scope including construction, environmental assessments, or community initiatives, common in government Requests for Proposals (RFPs) and funding allocations. It hints at supporting elements such as financial breakdowns, project timelines, and regulatory compliance that are typical of well-structured grant proposals. The aim is likely to outline the necessary resources, strategies, and compliance measures to ensure successful execution and funding of public projects. The overall message stresses the importance of thorough planning and adherence to safety and environmental standards, ensuring these projects serve their intended purpose effectively while operating within legal frameworks. Without clearer language and discernible structure, much of the document remains inaccessible, reflecting potential formatting issues or data corruption.
The document outlines the representations and certifications required from subcontractors in relation to agreements with the National Renewable Energy Laboratory (NREL), operated by the Alliance for Sustainable Energy, LLC. Key sections include required offeror information, compliance with employment and small business regulations, E-Verify enrollment, and acknowledgments related to the Buy American Act. The document specifies the necessity for subcontractors to register in the System for Award Management (SAM) and keep their information updated. It further addresses compliance with various federal requirements, including taxpayer identification, cost accounting standards, and export control information. Additionally, it inquires about the offeror's status as a former government employee and demands transparency regarding any collective bargaining agreements. The document emphasizes the importance of accurate and current representations to avoid penalties and ensure eligibility for contract awards. Ultimately, it establishes a structured framework for NREL’s contractual obligations and the responsibilities of subcontractors to maintain compliance with applicable federal laws and regulations.
The Organizational Conflicts of Interest (OCI) Representation Statement is a form required for organizations submitting offers for proposed subcontracts with the National Renewable Energy Laboratory (NREL). The document states that the submitting organization must confirm that no actual or potential conflict of interest or unfair competitive advantage exists regarding the services proposed. If any conflicts do exist, they must be disclosed promptly. Additionally, it specifies that individuals involved in the subcontract's technical performance or administration must not be current or former U.S. Government employees, nor employees of NREL within the last year. The form seeks to ensure transparency and integrity in the contracting process by minimizing conflicts of interest. Organizations that do not meet these criteria must instead submit an OCI Disclosure Statement.
Dec 31, 2024, 12:05 AM UTC
The Notice of Intent to Submit a Proposal pertains to Request for Proposal (RFP) No. RFP-2025-25120 from the National Renewable Energy Laboratory. The focus of this RFP is on preventive maintenance, inspections, and repairs for elevators. The document indicates that the submitting organization plans to attend the mandatory pre-proposal site walk scheduled for January 14, 2025, which is a key requirement for potential bidders. It requires the organization to provide their name, contact details, and the names of individuals attending, including their citizenship and cell phone numbers. This RFP aligns with federal and state/local government procurement processes, aiming to ensure qualified vendors can maintain and repair essential elevator systems in compliance with relevant regulations and standards. The preliminary communication establishes the organization’s intent and outlines the necessary steps for participating in the bidding process.
Dec 31, 2024, 12:05 AM UTC
The National Renewable Energy Laboratory (NREL) has issued a Request for Proposals (RFP) for "Preventive Maintenance, Inspections and Repairs for Elevators" under RFP Number SUB-2025-25120. This solicitation aims to secure a subcontractor through a competitive bidding process, with a primary focus on achieving the lowest evaluated cost for technically acceptable offers. Small businesses, including SBA certified categories like HUBZone, Service-Disabled Veteran-owned, and others, are invited to participate. A mandatory site walk is scheduled, and technical questions must be submitted within specified timelines. The contract entails a period of performance of 60 months with an expected funding of approximately $120,000 annually. Respondents must demonstrate relevant past performance, qualified personnel, and the capability to meet specified service times, alongside compliance with service contract labor standards. Proposals must adhere to detailed submission guidelines and include forms related to certifications, cost proposals, and proof of compliance with wage determinations. The evaluation process will involve an initial assessment for technical acceptability, followed by cost evaluation, prioritizing submissions that meet all outlined requirements. NREL emphasizes that proposals must be submitted electronically by the due date for consideration.
Lifecycle
Title
Type
Similar Opportunities
Resilience and Durability Assessment Chamber
Buyer not available
The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the procurement of a "Resilience and Durability Assessment Chamber" to enhance its research capabilities in evaluating advanced building envelope technologies. This new chamber will replace outdated equipment and address the growing need for rigorous testing of innovative materials, such as vacuum insulating glass, under controlled environmental conditions. The project is critical for advancing durability assessment protocols and improving industry standards, with a focus on supporting the Department of Energy's initiatives. Interested vendors must submit their proposals by April 18, 2025, at 5:00 PM Mountain Time, and can direct inquiries to Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
J039--Elevator Maintenance and Inspection Testing Services for the Grand Junction CO VA Medical Center
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Elevator Maintenance and Inspection Testing Services for the Grand Junction VA Medical Center in Colorado. The procurement involves a firm-fixed price contract that includes scheduled preventive maintenance, unscheduled repairs, and inspections in compliance with established safety standards, specifically ASME and NFPA codes. This contract is crucial for ensuring the operational reliability and safety of facilities serving the veteran community. Interested vendors must submit their proposals by April 24, 2025, with a mandatory site visit scheduled for April 16, 2025, to assess specific elevator maintenance needs. For further inquiries, vendors can contact Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
Additional Elevator Work
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for additional elevator work at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project involves modernizing a passenger elevator to comply with Iowa state code, including updates to the elevator shaft, car, lighting, HVAC systems, electrical systems, and fire safety features. This initiative is crucial for maintaining safety and compliance in public facilities, with an estimated construction cost between $100,000 and $250,000, and a completion timeline of 120 days from the notice to proceed. Interested small businesses must submit their proposals and past performance questionnaires by April 22, 2025, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
J039--442 - Elevator Maintenance Service
Buyer not available
The Department of Veterans Affairs is soliciting quotes for Elevator Maintenance Services under solicitation number 36C25925Q0346, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to ensure the proper maintenance and repair of elevators at the Cheyenne VA Health Care System, emphasizing compliance with safety standards and best practices in vertical transportation equipment management. Interested contractors must register in the System for Award Management (SAM) and be VetCert Certified, with proposals due by May 9, 2025, and questions accepted until May 2, 2025. For further inquiries, interested parties can contact Contracting Officer Danielle Kramer at danielle.kramer@va.gov or by phone at 303-712-5725.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure safe and continuous operation, in accordance with the Performance Work Statement (PWS). This procurement is critical for maintaining operational safety and compliance with established safety codes, with a contract period starting from October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 22, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
J--Sources Sought - Cableway Wire Rope NDT & Lube
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking sources for the maintenance of cableway wire ropes at Hoover Dam through a Sources Sought Notice. The procurement aims to identify firms capable of providing Non-Destructive Testing (NDT) and lubrication services, which are essential for maintaining the integrity of the cableway wire ropes that have been exposed to environmental elements. Interested parties, particularly small businesses including those owned by disadvantaged groups, are encouraged to submit capability statements detailing their experience and technical capabilities by April 23, 2025. For further inquiries, potential respondents can contact Kristen Turner at khturner@usbr.gov or by phone at 702-293-8430.
Base Ketchikan Monthly Elevator Service
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking proposals for monthly elevator maintenance services at Base Ketchikan in Alaska, with an additional site in Juneau. The contractor will be responsible for ensuring the safe and compliant operation of elevators, adhering to ANSI A17.1-2010/CSA B44-10 standards, and must provide all necessary tools and equipment for service, including comprehensive parts repair and replacement. This contract reflects the Coast Guard's commitment to maintaining safety and operational standards in federal facilities, with a base period from May 1, 2025, to March 31, 2026, and four optional extension periods through March 30, 2030. Interested contractors must submit their proposals by April 23, 2025, at 12:00 PM AKST, to Tyler Brady and Benjamin Reedy via email, including the required documentation and pricing information.
Equipment Enclosure for PEM Megawatt-Scale Low Temperature Electrolyzer
Buyer not available
The Department of Energy, through the National Renewable Energy Laboratory (NREL), is seeking proposals for the design, manufacture, and delivery of an equipment enclosure for the Proton Exchange Membrane (PEM) Megawatt-Scale Low Temperature Electrolyzer project. The enclosure, measuring 24 feet by 50 feet with a height of 12 feet, is crucial for housing and climate-controlling the electrolyzer stacks and balance of plant systems, thereby supporting advancements in renewable energy technologies. Proposals are due by June 20, 2025, and must adhere to specific evaluation criteria, including vendor experience and compliance with the Buy American Act. Interested parties can contact Todd Labosky at Todd.Labosky@nrel.gov for further information regarding this opportunity.
Annual UPS Service/Maintenance Agreement
Buyer not available
The Department of Energy, through the Ames National Laboratory, is soliciting proposals for an Annual UPS Service/Maintenance Agreement aimed at ensuring the reliability of uninterruptible power supply systems critical for laboratory operations. The contract requires comprehensive maintenance services, including 24/7 emergency response, semi-annual preventative maintenance, and corrective maintenance at no additional cost, with adherence to safety standards such as NFPA 70E. This procurement is vital for maintaining operational integrity and power reliability at the laboratory, which is managed by Iowa State University under a DOE contract. Interested small businesses must submit their proposals by April 22, 2025, with questions due by April 15, 2025, and can contact Trevor Gunderson at trevorg1@ameslab.gov or Nicole Howe at nhowe@ameslab.gov for further information.
EnergyPlus Software Development and Technical Assistance
Buyer not available
The Department of Energy (DOE) is soliciting proposals for the "EnergyPlus Software Development and Technical Assistance" project, managed by the National Renewable Energy Laboratory (NREL). This initiative aims to enhance and maintain the EnergyPlus software, a critical tool for building energy simulation, by leveraging external subcontractor expertise in software development and user support. The project is expected to span four years, with a basic period of 12 months and three optional extensions, and will award between six and ten Firm Fixed Price Task Ordering Agreements, each valued between $180,000 and $1,800,000. Proposals are due by May 14, 2025, with pre-submission questions accepted until April 29, 2025; interested parties can contact Sharon Schiffman at sharon.schiffman@nrel.gov for further information.