Base Ketchikan Monthly Elevator Service
ID: 70Z03525QKETC0094Type: Solicitation
AwardedApr 29, 2025
$62.4K$62,425
AwardeeOTIS ELEVATOR COMPANY Farmington CT 06032 USA
Award #:70Z03525PKETC0046
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
    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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Puget Sound Elevator Maintenance Services
    General Services Administration
    The General Services Administration is seeking qualified contractors to provide elevator maintenance services for the Puget Sound region. The procurement involves repair and maintenance of elevators, communication devices, and related equipment to ensure compliance with the latest American Standard Safety Code for Elevators, A17.1, A18.1, as well as all applicable laws and regulations. These services are crucial for maintaining the safety and functionality of public buildings, ensuring that elevator systems operate efficiently and meet safety standards. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or 253-209-9118 for further details regarding this opportunity.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking qualified contractors to provide repair and major repair services for the MH-65 Hoist Control Panel. Contractors must adhere to the latest Original Equipment Manufacturer (OEM) guidelines from Breeze Eastern LLC and demonstrate their capabilities through a detailed capability statement. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's aviation assets, ensuring safety and efficiency in air transportation support activities. Interested contractors should submit their responses by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support services under solicitation number 70Z03825QS0000020. The contract requires qualified personnel, including Aircraft Mechanic I, Aircraft Mechanic II, and ALSE Inspector/Maintainer, to perform maintenance, repairs, inspections, and overhauls on H-65 Dolphin helicopters and ALSE, ensuring aircraft readiness for critical missions such as search and rescue and presidential protection. The anticipated contract includes a one-year base period starting May 1, 2026, with four one-year option periods, and interested parties must submit their proposals by January 16, 2026, at 12:00 PM EST to Charles E. Leslie, Jr. at Charles.E.Leslie2@uscg.mil.
    Request for information - Juneau Family Housing
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information regarding the direct lease of new construction housing in Juneau, Alaska, with the potential for eventual acquisition. The project aims to provide sixty-one housing units, including a mix of one to four-bedroom units, with specific requirements for accessibility and compliance with local, state, and federal standards. This initiative is crucial for accommodating eligible Coast Guard personnel and their families stationed in the area, with a lease term of one year and options for up to four extensions, potentially leading to a purchase in the second year. Interested parties can contact David Brumley at David.E.Brumley@uscg.mil or call 510-637-5529 for further details and to participate in upcoming public meetings regarding the project.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs to the Incinerator and Oily Water Separator (OWS) System on the USCGC CALHOUN (WMSL 759). The project requires adherence to specific repair specifications and compliance with federal, state, and local regulations, with a focus on providing OEM-authorized technical representatives for specialized equipment. This work is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with the contract period set from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.