Base Ketchikan Monthly Elevator Service
ID: 70Z03525QKETC0094Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE KETCHIKAN(00035)KETCHIKAN, AK, 99901, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

FREIGHT ELEVATORS (3960)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 8:00 AM UTC
Description

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.

Files
Title
Posted
Apr 14, 2025, 9:04 PM UTC
The Register of Wage Determinations under the Service Contract Act outlines wage requirements for contracts covered by Executive Orders 14026 and 13658. The document specifies that contracts awarded or renewed after January 30, 2022, must pay a minimum hourly wage of $17.75, whereas those awarded between January 1, 2015, and January 29, 2022, must pay $13.30 unless a higher rate is specified. Detailed wage rates are provided for various occupational categories in Alaska, covering roles from clerical and automotive services to health and technical occupations. Additionally, fringe benefits such as health and welfare benefits and vacation are mandated, with specific guidelines on sick leave under EO 13706. The file emphasizes compliance with labor regulations, offering a framework for contractors to conform unlisted job classifications and wage rates through a structured request process. This determination is vital for contractors to ensure fair compensation and adherence to labor laws, fostering worker protections in federal contracts. Overall, the document serves as a comprehensive guide for managing wages and employee benefits for federal contracts within the specified geographic area.
Apr 14, 2025, 9:04 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Alaska. Wage Determination No. 2015-5685 outlines that contracts subject to this Act must comply with minimum wage standards, which are influenced by Executive Orders 14026 and 13658. The document specifies different wage tiers based on the contract's effective date, indicating $17.75 per hour for contracts initiated or extended after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022, if not renewed subsequently. The file includes an extensive list of occupations and associated pay rates in fields such as administrative support, automotive services, health occupations, and more, with indications for fringe benefits. It also describes requirements such as health and welfare benefits, vacation policies, and regulations for uniform allowances. Furthermore, it addresses the conformance process for unlisted job classifications. This document is crucial for ensuring compliance with labor rights and wage standards on government contracts, reflective of the government's commitment to fair labor practices in federally funded projects. The details are essential for contractors, ensuring they adhere to the legal wage requirements for their employees.
Apr 14, 2025, 9:04 PM UTC
The document presents a comprehensive table of federal acquisition clauses and provisions, highlighting their effective dates and legislative citations. It covers a wide variety of areas including price determination, contractor ethics, and small business considerations. Key provisions include the "Certificate of Independent Price Determination," "Contractor Code of Business Ethics," "Women-Owned Business" preferences, and various clauses relating to payment processes and procurement regulations. Many provisions are categorized as either provisions (P) required for contract proposal submissions or clauses (C) that dictate contractor obligations. Updates extend to areas such as socioeconomic programs and cybersecurity, reflecting the evolving landscape of federal procurement practices. This document serves as an essential resource for contracting professionals engaging with government RFPs and grants at both federal and local levels, ensuring compliance and understanding of the complex regulatory environment governing federal acquisitions.
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
Apr 14, 2025, 9:04 PM UTC
This government document outlines a Request for Proposals (RFP) for monthly elevator maintenance services over a specified period. It details a base contract term from May 1, 2025, to March 31, 2026, with four subsequent option periods extending through March 30, 2030. The maintenance service represents a critical requirement for ensuring the functionality and safety of elevator systems in governmental facilities. The RFP specifies the duration for each service period, indicating a total quantity of 11 months for the base period and 12 months for each of the option periods. This structured approach underscores the agency’s commitment to long-term maintenance planning and budgetary forecasting while offering flexibility for future extensions based on performance and needs. The document is significant as it reflects the government's ongoing efforts to procure essential operational services through formal and competitive processes, adhering to regulatory procurement guidelines.
Apr 14, 2025, 9:04 PM UTC
The Department of Homeland Security's U.S. Coast Guard is seeking a contractor for monthly maintenance and annual certification of elevators located at Base Ketchikan and a site in Juneau, Alaska. The contract aims to ensure the safe and compliant operation of two elevators in Ketchikan and one in Juneau, requiring adherence to ANSI A17.1-2010/CSA B44-10 standards. Responsibilities include comprehensive parts repair and replacement, maintaining a records management program, and conducting a 5-year load test within the first 60 days of service. The contractor must work closely with a Coast Guard representative during inspections and provide necessary documentation post-service. The terms indicate no government-provided materials; the contractor must supply all tools required for compliance and service. This contract reflects the Coast Guard's commitment to maintaining safety and operational standards in federal facilities through proper elevator maintenance and oversight.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Design-Build Sitka Waterfront Improvements (Sitka, AK)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative involves the design and construction of a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with optional enhancements such as a Boat Bay Maintenance Facility and a floating dock for Fast Response Cutters (FRCs). The project is critical for enhancing the operational capabilities of the Coast Guard and ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a pre-proposal site visit on March 19, 2025, with a total performance period of 1,030 calendar days post-award. For further inquiries, contact Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil.
US Coast Guard base Ketchikan Pest control Monthly Service Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for pest control services at the USCG Base in Ketchikan, Alaska. The procurement aims to implement an Integrated Pest Management (IPM) program that includes comprehensive pest control services, focusing on sustainable practices and compliance with federal, state, and local regulations. This initiative is crucial for maintaining operational readiness and ensuring the health of personnel by effectively managing pest populations across various buildings and grounds. Interested small businesses must submit their proposals by April 23, 2025, at 12:00 PM AKST, via email to the designated contacts, Tyler Brady and Benjamin Reedy, with a focus on providing a firm-fixed-price offer based on the Lowest Price Technically Acceptable evaluation criteria.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for elevator inspections, maintenance, and repairs at various sites in Washington State. The contract encompasses quarterly preventive maintenance, annual inspections, and five-year inspections for six elevators, ensuring compliance with safety and operational standards while performing necessary repairs. This procurement is critical for maintaining the functionality and safety of essential infrastructure at federal facilities. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the specified deadline, with the performance period set from May 1, 2025, to April 30, 2030. For further inquiries, contact Donald Richer at dricher@usbr.gov.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
Septic and Grease Trap Cleaning Services, Cordova, ALASKA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide septic and grease trap cleaning services in Cordova, Alaska, through a Blanket Purchase Agreement (BPA) valued at up to $150,000 over four years. The procurement aims to ensure the seasonal maintenance of sewage tanks and grease traps, adhering to all local, state, and federal environmental regulations, with services required to be performed annually and in emergency situations as needed. This initiative is crucial for maintaining hygiene and operational efficiency at the U.S. Coast Guard facilities, emphasizing the importance of proper waste management. Interested vendors must submit their quotes by April 28, 2025, to Robbin Kessler at robbin.m.kessler@uscg.mil, and are encouraged to review the attached Statement of Work and pricing documents for detailed requirements.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
DRYDOCK: USCGC SEA OTTER DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a ship repair contract for the USCGC SEA OTTER, focusing on dry dock maintenance for Fiscal Year 2025. The contract encompasses a range of maintenance tasks, including hull inspections, propulsion system repairs, and structural assessments, all aimed at ensuring the vessel's operational integrity and compliance with safety and environmental standards. This opportunity is particularly significant as it supports the Coast Guard's mission to maintain its fleet's readiness and safety while promoting participation from small businesses, as the contract is set aside for total small business participation. Interested contractors should reach out to Torrie Jones at Torrie.M.Jones@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the performance period expected to commence on September 16, 2025, and conclude by November 18, 2025.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
USCGC KATMAI BAY HOT OIL FLUSH
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the "USCGC Katmai Bay Hot Oil Flush" project, which involves dockside maintenance for the Fairbanks Morse Model 38 1/8 Opposed Piston engine. The primary objective is to conduct a staged hot lube oil flush, requiring contractors to provide a qualified technician familiar with the engine's lube oil hot flushing procedures, ensure compliance with manufacturer standards, and maintain cleanliness throughout the process. This maintenance is crucial for ensuring the operational readiness and safety of the Coast Guard's marine equipment. Interested parties should contact Brenden Cox at brenden.s.cox@uscg.mil or Isaiah C. Ragan at isaiah.c.ragan@uscg.mil for further details, with the project scheduled to commence on April 25, 2025.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.