Elevator Service
ID: 3003200Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified contractors to provide maintenance, repair, and emergency services for two hydraulic passenger elevators located at the DFAS-Limestone Operating Location in Limestone, Maine. The procurement aims to ensure comprehensive elevator maintenance, including preventative, predictive, and emergency services, while adhering to safety regulations and manufacturers' specifications. This opportunity is critical for maintaining operational integrity and safety standards in government facilities, emphasizing compliance with federal regulations and environmental considerations. Interested contractors must submit their responses, including a Contractor Capability Survey, capability statements, and pricing estimates, to the designated contacts by April 30, 2025, at 12:00 PM EST.

Files
Title
Posted
Apr 25, 2025, 7:07 PM UTC
The Defense Finance and Accounting Service (DFAS) Limestone requires a contractor to perform comprehensive elevator maintenance services for Building 3502 in Limestone, Maine. The contractor is responsible for preventative, predictive, and emergency maintenance, adhering to all safety regulations and manufacturers' specifications. The scope includes monthly systematic inspections, repairs of machinery due to ordinary wear, and emergency repairs within specified timeframes. All work necessitates documentation through signed service tickets and requires coordination with the Contracting Officer Representative (COR). Additionally, contractors must ensure they meet stringent security requirements, including personnel background checks and compliance with environmental regulations. Proper disposal of materials and maintenance of a safe working environment are emphasized, alongside adherence to OSHA guidelines during maintenance activities. This RFP underscores DFAS’s focus on operational integrity and safety standards in government projects while maintaining compliance with federal regulations.
Apr 25, 2025, 7:07 PM UTC
The Contractor Capability Survey by the Defense Finance and Accounting Service (DFAS) focuses on evaluating potential contractors for elevator services. The survey collects essential business information, including the company’s contact details, GSA Schedule Contract status, and ownership type. Key assessment questions gauge the contractor's ability to fulfill Statement of Work (SOW) requirements, particularly regarding the maintenance and repair of specified hydraulic passenger elevators. Contractors must demonstrate familiarity with current safety regulations and provide pricing estimates, along with recent relevant experience, detailing past performance, contract values, and scopes of work. Additionally, space for feedback on the SOW is incorporated. This survey is a critical step in the process of securing federal contracts by ensuring that only qualified entities are considered for the elevator maintenance and repair services outlined in the RFP.
Apr 10, 2025, 9:05 PM UTC
The Contractor Capability Survey by the Defense Finance and Accounting Service (DFAS) focuses on evaluating potential contractors for elevator services. The survey collects essential business information, including the company’s contact details, GSA Schedule Contract status, and ownership type. Key assessment questions gauge the contractor's ability to fulfill Statement of Work (SOW) requirements, particularly regarding the maintenance and repair of specified hydraulic passenger elevators. Contractors must demonstrate familiarity with current safety regulations and provide pricing estimates, along with recent relevant experience, detailing past performance, contract values, and scopes of work. Additionally, space for feedback on the SOW is incorporated. This survey is a critical step in the process of securing federal contracts by ensuring that only qualified entities are considered for the elevator maintenance and repair services outlined in the RFP.
Apr 15, 2025, 2:05 PM UTC
The Defense Finance and Accounting Service (DFAS) has issued a Notice of Sources Sought to explore market options for the maintenance, repair, and emergency services of two Hydraulic Passenger Elevators located at DFAS-Limestone, Maine. Interested contractors are encouraged to submit a Contractor Capability Survey, Capability Statements limited to three pages, and firm fixed price quotes by April 24, 2025. The submission must include essential company information, experience related to elevator services, and how the requirements will be met. The notice emphasizes that responses are for market research purposes only and not a formal solicitation. The DFAS aims to involve various business sectors, including small and veteran-owned businesses, and encourages broad participation. The point of contact for this initiative is Patty Pennington, Contracting Specialist, and the Contracting Officer is Terri Davis. This effort reflects the DFAS's commitment to find reliable and qualified service providers for vital elevator maintenance in government facilities.
Lifecycle
Title
Type
Elevator Service
Currently viewing
Sources Sought
Similar Opportunities
PKA- B381 Elevator Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of three elevators at Travis Air Force Base in California under solicitation number FA442725R0011. The contractor will be responsible for providing all necessary design, labor, materials, and supervision to ensure compliance with safety and environmental standards, including the abatement of hazardous materials and adherence to relevant building codes. This project is critical for maintaining operational efficiency and safety at the base, with a firm-fixed-price contract structure that emphasizes compliance with federal acquisition regulations. Interested contractors must submit their bids by May 16, 2025, at 2:30 PM local time, and can direct inquiries to the primary contact, Johnathan Daniels, at johnathan.daniels.1@us.af.mil or by phone at 707-424-7726.
Moncrief Army Health Clinic (MAHC) Elevator Maintenance
Buyer not available
The Department of Defense, through the U.S. Army, is seeking qualified contractors to provide comprehensive elevator maintenance services for the Moncrief Army Health Clinic (MAHC) located at Fort Jackson, South Carolina. The contract entails the provision of all labor, materials, and equipment necessary for the maintenance of ten elevators in Building 4500, ensuring operational efficiency and compliance with safety standards. This procurement is critical for maintaining the functionality of essential medical facilities, with an estimated total award amount of approximately $22 million, and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals electronically by adhering to the specified requirements, including participation in a mandatory site visit scheduled for April 29, 2025, and should contact Tesia Polk at tesia.l.polk.civ@army.mil for further details.
Eastman Lake Elevator Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Sacramento District, is seeking qualified contractors for elevator maintenance, inspection, and testing services at Buchanan Dam, located at Eastman Lake in Raymond, California. This procurement aims to establish a Firm-Fixed purchase order for a base year with four option years, focusing on ensuring the operational integrity and safety of the elevator systems at the dam. The project falls under NAICS Code 238290, with a size standard of $22 million, and is designated as a 100% small business set-aside. Interested vendors should anticipate the solicitation to be issued around April 24, 2025, with quotes due by May 28, 2025. For further inquiries, contractors can contact La Chad Jefferson at lachad.c.jefferson@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil.
Wilson Lock Dewatering Elevator and Man lift Rentals
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Nashville District, is seeking interested parties for the rental of one elevator and four telescopic boom man lifts for operations at the Wilson Main Lock Dam in Alabama. The procurement aims to identify businesses capable of providing, installing, and maintaining a 6000 lb. personnel hoist and 135 ft. boom lifts, with a rental period expected to last three months, including options for extension or emergency inspections due to flooding risks. This opportunity is crucial for ensuring safety and compliance with OSHA standards during maintenance operations at the dam. Interested contractors must submit a capabilities package by November 25, 2024, to Cierra Vega at cierra.r.vega@usace.army.mil or R. Scott Ellis at Robert.S.Ellis@usace.army.mil for consideration.
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.
J--Northern California Area Office (NCAO) Elevator Maintenance and Servicing (Base
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide maintenance and servicing for eight vertical lifts at the Northern California Area Office (NCAO) located in Shasta Lake, CA. The procurement aims to secure comprehensive elevator maintenance, including routine inspections, corrective actions, emergency responses, and the supply of necessary spare parts, all in accordance with established safety and regulatory guidelines. This contract is crucial for ensuring operational safety and efficiency within government facilities, with a performance period consisting of a base year and four optional annual extensions. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by May 1, 2025, at 1:00 PM Pacific Daylight Time to Erma Funtanilla at efuntanilla@usbr.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 small businesses to provide Elevator Maintenance and Inspection Testing Services for the VA Grand Junction Medical Center in Colorado. The procurement involves a firm-fixed price contract that includes scheduled preventive maintenance, unscheduled repairs, and compliance with safety standards, with a total award amount of $12.5 million over one base year and four option years. This opportunity is crucial for ensuring the operational reliability and safety of elevator systems that serve the veteran community. Interested vendors must submit their proposals by May 16, 2025, following a mandatory site visit on May 7, 2025, and can direct inquiries to Contract Specialist John Cheng at John.Cheng2@va.gov or 303-712-5776.
B6058 Install Elevator
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a new elevator in Building 6058 at Fort McCoy. The project requires the contractor to provide all necessary parts, labor, tools, equipment, materials, transportation, and supervision, along with related structural, plumbing, HVAC, and electrical work, in accordance with the provided Statement of Work and construction documents. This procurement is a Total Small Business Set-Aside under NAICS Code 238290, with a small business size standard of $22 million. Interested contractors must submit their proposals, including all amendments, by the specified due date, and can direct inquiries to Todd Dempsey at todd.a.dempsey.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil.
SOURCES SOUGHT: ELEVATOR REPAIR AND REFURBISHMENT LOCATED AT SYRACUSE INTERNATIONAL AIRPORT AIR TRAFFIC CONTROL TOWER (SYR-ATCT)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to express their interest in a contract for the repair and refurbishment of the elevator located at the Syracuse International Airport Air Traffic Control Tower. The project aims to modernize the elevator system, which includes installing a new traction control system, car leveling system, and refurbishing various components while ensuring compliance with safety regulations, including the Americans with Disabilities Act. This initiative is crucial for maintaining high operational standards and safety in air traffic facilities, with a contract expected to be awarded as a Firm Fixed Price (FFP) to the lowest price, technically acceptable bidder. Interested parties must submit their responses, including a capability statement and feedback on the draft Statement of Work, by the specified deadline to Josh Huckeby at joshua.d.huckeby@faa.gov.
H399--Elevator Inspection and Testing Services-VA Salt Lake City, UT
Buyer not available
The Department of Veterans Affairs (VA) is soliciting quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Elevator Inspection and Testing Services at the Salt Lake City VA Medical Center in Utah. The contract, identified as 36C25925Q0337, aims to establish a firm-fixed price agreement for a base year with four additional option years, focusing on routine inspections and testing to ensure compliance with safety regulations, including ASME A17.1 and NFPA standards. This procurement is crucial for maintaining the operational safety and efficiency of the VA's elevator systems, reflecting the agency's commitment to quality service for veterans. Interested vendors must submit their proposals electronically by April 28, 2025, at 10:00 AM MDT, and direct any questions to Contract Specialist Charles Morton at charles.morton@va.gov by April 24, 2025.