Elevator Maintenance Region A1
ID: W15QKN-24-Q-5143Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command, is soliciting proposals for Elevator Maintenance Services at various facilities in New York, including Schenectady, New Windsor, and Saugerties. The contract will be a firm-fixed-price agreement with a base period of 12 months and four optional 12-month extensions, aimed at ensuring elevators are maintained in compliance with local building codes and operational standards. This procurement is crucial for maintaining safety and functionality in government facilities, reflecting the Army's commitment to facility management and regulatory compliance. Interested contractors must submit their proposals by 10:00 AM on August 26, 2024, and are encouraged to attend site visits scheduled for late July and early August; all inquiries should be directed to the primary contacts, Ryan Nicklous and Sharon Wilson-Emmons, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for Elevator Maintenance Services under a non-personal services contract for the 99th Readiness Division in New York for fiscal year 2024. The contractor is responsible for providing all necessary personnel, tools, supplies, and services to ensure elevator operations comply with relevant local, state, and federal regulations. Key objectives include maintaining elevators in working order, conducting inspections, and complying with building codes. The performance period consists of one base year with four optional yearly extensions. Quality control is emphasized, detailing the contractor's accountability for ensuring service standards and a safe work environment. Strict guidelines on operational hours, personnel conduct, safety measures, and reporting processes are outlined, alongside the contractor's obligation to manage equipment, keys, and environmental impacts. Additionally, contractor personnel must complete necessary security training and comply with governmental regulations. The contractor must also manage minor repair tasks through a defined process, providing documentation for government review. This comprehensive PWS illustrates the government's expectations and requirements for maintaining essential elevator services in designated facilities while ensuring safety and operational efficacy.
    The document outlines the Wage Determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, which establishes minimum wage and fringe benefits for various occupations based on federal contracts. Specifically, it details rates effective in 2024, requiring contractors to pay at least $17.20 per hour under Executive Order 14026, applicable to contracts initiated or renewed after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the applicable rate is $12.90 per hour under Executive Order 13658. The document provides a comprehensive list of occupations, their corresponding wage rates, and a note on fringe benefits which includes health and welfare, vacation, and holidays. It also explains the conformance process for any unlisted job classifications, emphasizing adherence to federal regulations. This register serves as an essential reference for contractors bidding on federal projects, ensuring compliance with wage standards and worker protection mandates. The emphasis on fair wages and worker rights aligns with government objectives to provide economic fairness in federally funded projects.
    The document serves as a Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor. It stipulates minimum wage and fringe benefits required for various occupations in New York County, Ulster, effective for contracts in 2024. For contracts initiated or renewed after January 30, 2022, contractors must pay at least $17.20 per hour as per Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour under Executive Order 13658. The document outlines detailed wage rates for various occupations, emphasizing the minimum wage, health and welfare benefits, vacation, and holiday requirements due to Executive Orders. It specifies compliance details, outlining contractor obligations to provide paid sick leave as per Executive Order 13706 and the process for requesting additional classifications through the SF-1444 form. This determination ensures fair compensation and benefits for workers in federally contracted services, highlighting the federal government's commitment to upholding labor standards and protecting worker rights in contract-related employment contexts. It reflects the government's role in regulating wages and benefits in public contracts, emphasizing compliance with labor protections.
    The document is a Wage Determination report under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates and fringe benefits for various occupations in New York County, particularly for contracts awarded on or after January 30, 2022. The contractors are mandated to pay at least $17.20 per hour, with specific wage rates detailed for numerous job classifications ranging from administrative and clerical roles to advanced technical and health occupations. It also outlines the additional benefits such as health and welfare exceeding $4.98 per hour and vacation time protocols, along with requirements of paid sick leave under Executive Order 13706. The document informs contractors about conformance processes necessary for any job classifications not explicitly listed and includes stipulations regarding wage differentials for hazardous positions and uniform allowances. The primary aim of this report is to ensure compliance with federal wage standards and protect workers by enforcing competitive pay and additional compensated benefits, ultimately reflecting the government’s commitment to fostering fair labor practices in all federal contract-related employment.
    The document outlines a solicitation from the Army Contracting Command for new Elevator Maintenance Services at various facilities in New York, including inspection and preventive maintenance tasks along with minor repairs. The contract will be a single, firm-fixed-price (FFP) agreement for a base period of 12 months, followed by four 12-month option periods. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals by 10:00 AM on August 19, 2024. A site visit is recommended before bidding, with specific dates provided for each location. Contractors must adhere to federal guidelines regarding insurance and training requirements for employee safety. The document emphasizes compliance with solicitation provisions and outlines the evaluation criteria, ensuring that successful bidders meet quality standards and regulatory requirements for maintenance services. Overall, this solicitation aims to ensure the efficient operation of elevators in compliance with local codes, highlighting the government's commitment to facility safety and maintenance.
    The document is an amendment to Solicitation W15QKN-24-R-5059 issued by the U.S. Army Contracting Command, extending the closing date for proposals to August 26, 2024. This solicitation seeks offers for Elevator Maintenance Services across several New York facilities to ensure compliance with local building codes. Key changes include adjusting the proposal due date from July 29, 2024, to the new deadline and re-emphasizing that all other terms remain unchanged. The contract will be a firm-fixed-price with a base period of twelve months and four optional extensions. Offerors must register in the System for Award Management (SAM) and are encouraged to attend site visits, which will be highly monitored. There are specified details regarding submission requirements, including proof of insurance and details needed for the proposals. All bids must remain valid for 120 days, and all communication and questions must be directed to designated contract specialists before set deadlines. The amendment is part of the Army's ongoing commitment to address its operational requirements effectively while ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Elevator Maintenance Services, MA and RI
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking qualified contractors to provide Elevator Maintenance Services at various military facilities in Massachusetts and Rhode Island. The procurement aims to ensure that elevators are maintained in full compliance with local building codes and operational standards across six designated sites, including the CPL Gordon M. Craig USARC in Brockton, MA, and the SGT Michael F. Paranzino USARC in Newport, RI. This contract will be awarded as a firm-fixed-price agreement with a base period of 12 months and four optional 12-month extensions, emphasizing the importance of maintaining critical infrastructure for military operations. Interested vendors must register in the System for Award Management (SAM) and submit proposals by September 11, 2024, with inquiries directed to Nelia Shyshak at nelia.shyshak.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil.
    Solicitation Amendment W15QKN-24-R-5057-0002 - Elevator Repair and Maintenance Services for the B8 Region in support of the 99th Readiness Division
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command - New Jersey, is soliciting proposals for Elevator Repair and Maintenance Services for multiple locations within the B8 Region, in support of the 99th Readiness Division. This procurement aims to ensure the operational efficiency and safety of elevator systems across various facilities, highlighting the critical nature of these services in maintaining infrastructure. Proposals must be submitted by 11:00 AM EDT on September 5, 2024, with all inquiries directed to Theodore Goutzioulis at the provided email or phone number. This opportunity is set aside for small businesses under the SBA guidelines.
    WSD CVD ELEVATOR MAINTENACE/SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified contractors for elevator maintenance and service at two locations: Coyote Valley Dam in Ukiah, CA, and Warm Springs Dam in Geyserville, CA. The procurement includes elevator inspections, testing, certification, preventive maintenance, repair, and emergency service calls, with the intent to award a Firm Fixed Price Contract for a base year and three one-year options. This contract is crucial for ensuring the operational reliability and safety of the elevators at these facilities, which are vital for infrastructure management. Interested parties must be registered in the System for Award Management (SAM) and monitor the sam.gov website for updates, with the solicitation expected to be published around September 16, 2024. For further inquiries, contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil.
    Elevator Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for elevator maintenance services at Barksdale Air Force Base in Louisiana. The contract, designated as a total small business set-aside, aims to ensure the safe and continuous operation of vertical transportation equipment, including elevators, escalators, and lifts, with a performance period from October 1, 2024, to September 30, 2025. This procurement emphasizes compliance with federal acquisition regulations and labor standards, with a total award amount of $22 million. Interested parties must submit their proposals electronically by 12:00 PM CST on September 11, 2024, and may contact Quaya Ervin at ruquayyah.ervin@us.af.mil for further information.
    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.
    NYARNG Rockwall Purchase and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the New York Army National Guard (NYARNG), is soliciting quotes for the procurement of two mobile climbing walls and associated maintenance services. The primary objective is to enhance recruitment efforts by engaging potential candidates aged 17-35 through interactive events featuring the climbing walls, which must accommodate five climbers simultaneously and meet specified safety and performance standards. This contract includes a one-year base period with four optional years for maintenance, emphasizing quality control, contractor accountability, and compliance with security requirements. Interested small businesses must submit their quotes by September 13, 2024, at 1500 via email to the designated contacts, Johanna Goman and Ashley Pace, and ensure their System for Award Management (SAM) registration is active.
    Overseas Elevator Maintenance - Sources Sought
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified elevator maintenance contractors through a Sources Sought Notification for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support diplomatic facilities abroad. Contractors must possess a U.S. Government Top Secret Facility Clearance and provide qualified elevator technicians with a minimum of five years of experience, capable of long-term overseas deployments. This opportunity is critical for ensuring the safe and reliable maintenance, repair, testing, and modernization of vertical transportation equipment at U.S. diplomatic facilities. Interested parties should respond by September 12, 2024, at 3:00 p.m. EDT, and direct inquiries to Gloria Paul at PaulG2@state.gov.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for the West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC). This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide a wide range of maintenance, repair, and minor new construction services, as well as design-bid-build projects, to support the Directorate of Public Works at the U.S. Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract is particularly significant for ensuring the upkeep and enhancement of military facilities, which are vital for operational readiness. Interested contractors should note that the proposal due date has been extended to October 1, 2024, at 12:00 PM EDT, and may direct inquiries to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.
    CSS 89275 and CSS 89313
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for two construction projects at the Lincoln W. Stoddard USARC located in Worcester, MA. The projects include the removal of an exterior orphaned chimney and addressing water intrusion issues by excavating and sealing cracks in the roadways, as well as installing basement stair coverings. These construction services are vital for maintaining the integrity and safety of the facility, which supports military readiness. Proposals are due by 10:00 AM ET on September 10, 2024, and interested parties should contact Jonathan Krakower at jonathan.p.krakower.civ@army.mil or Edward Sherwood at edward.l.sherwood4.civ@army.mil for further information.
    Vertical Transportation Equipment Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for vertical transportation equipment maintenance and repair services at Luke Air Force Base in Arizona. The contract, identified by requisition number FA488724R0018, requires the contractor to provide comprehensive management, labor, tools, and supplies to ensure the safe and efficient operation of elevators and escalators, adhering to relevant safety codes and standards. This full-service maintenance contract is crucial for maintaining operational readiness and safety at the base, with a performance period from October 1, 2024, to September 30, 2025, and options to extend through 2029. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by September 9, 2024, and direct all inquiries to the primary contacts, Sabastian Halstead and Jacqueline Aranda, via email.