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
    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 facility 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 contract is crucial for maintaining operational integrity and safety standards within government facilities, with a performance period consisting of a one-year base period and four additional one-year options, anticipated to commence on July 1, 2025. 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
    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.
    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.
    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.
    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
    Elevator Maintenance and Repair Services
    Dept Of Defense
    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.
    53--Elevator Parts
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for an Indefinite Quantity Contract (IQC) or Long-Term Contract (LTC) for various elevator parts specifically designed for Marine Elevators. This procurement involves replacement parts identified by National Stock Numbers (NSNs) listed in the accompanying spreadsheet, with an annual demand value estimated at $5,307,819.19, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to provide information regarding their capabilities, including company size, classification, and pricing structures, and should contact Patrick Laugherty at patrick.laugherty@dla.mil or 614-693-1133 for further details.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Elevator Maintenance Services – U.S. Embassy Singapore
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Singapore, is seeking qualified contractors to provide comprehensive elevator maintenance services for three Hyundai gearless traction elevator units located at the Chancery. The objective of this procurement is to ensure the safe, reliable, and efficient operation of the elevators, with an anticipated performance period consisting of one base year and four optional one-year extensions at the Government's discretion. This contract is critical for maintaining operational safety and efficiency at the embassy, and it will be awarded as a Firm-Fixed-Price (FFP) contract based on initial quotations without discussions. Interested contractors must be registered in the System for Award Management (SAM) and comply with all local regulations in Singapore; for inquiries, contact Kevin M. Phillips or Ng Yan Ling Grace at SGProcurementRFQ@state.gov or by phone at 6564769108 and 6564769304, respectively.
    Elevator Services for Pittsburgh District
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator inspection, maintenance, and repair services under a Blanket Purchase Agreement (BPA) for the Pittsburgh District. The objective of this BPA is to ensure a rapid response and cost-effective maintenance solution for elevator services at various locations in Pennsylvania, West Virginia, and Ohio. These services are crucial for the upkeep of U.S. Army Corps of Engineers facilities, ensuring operational efficiency and safety. Interested parties should contact Contract Specialist Isaiah Johnson at isaiah.m.johnson@usace.army.mil, providing details of up to three similar projects completed, as part of their expression of interest.
    Korean Elevator Maintenance/Repair.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Korean Elevator Maintenance and Repair services at Kunsan Air Base, Korea. The procurement aims to ensure the operational readiness and safety of elevator systems through comprehensive maintenance and repair services, as outlined in the attached Performance Work Statement (PWS). These services are critical for maintaining essential infrastructure and supporting the daily operations of the base. Interested contractors can reach out to D Estes at d.s.estes.civ@army.mil or call 315-755-9314 for further details regarding the solicitation process.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.