AMENDED Synopsis and release of Draft RFP for Small Business Set Aside National Elevator Modernization & Construction IDIQ
ID: 47PM1125RFISBNEMType: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORTWASHINGTON, DC, 20405, USA

NAICS

Construction (23)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on elevator modernization and construction services. This procurement aims to establish multiple award contracts for projects valued under $3.926 million, with a total ceiling of $350 million over the contract's lifetime, which includes one base year and four option years. The selected contractors will be responsible for a range of services, including design assessments, code compliance checks, and comprehensive project management, ensuring that elevator systems in federal buildings meet safety and accessibility standards. Interested parties must RSVP for a pre-proposal conference scheduled for November 21, 2024, and provide feedback on the draft solicitation by December 2, 2024. For further inquiries, contact Theodore Bonwit at theodore.bonwit@gsa.gov or Ericka M. Wilson at ericka.wilson@gsa.gov.

    Point(s) of Contact
    Ericka M. Wilson
    ericka.wilson@gsa.gov
    Files
    Title
    Posted
    This document outlines safety and health requirements for construction projects managed by the federal government. It emphasizes the necessity of protecting employees, visitors, and the environment from hazardous materials and unsafe conditions during construction operations. The section details regulatory references, specifically citing OSHA standards and EPA regulations, indicating compliance is mandatory for all contractors. Additionally, it highlights the importance of pre-construction safety meetings, routine safety training, and strict accident reporting protocols. Contractors must submit a variety of plans, including a Waste Management Plan and a Plan of Action for hazardous materials, to ensure proper handling and disposal of toxic substances. Progressive measures to protect public safety on construction sites, such as fencing, barricades, and dust control are also specified. Specific work processes like working in confined spaces and hazardous energy control are covered comprehensively. In essence, the document serves as a guideline for ensuring safety and compliance on federal construction projects, underscoring the contractor's responsibility in maintaining health and safety standards while executing their work.
    This document outlines the Asbestos Abatement Procedures within a federal contract context, detailing necessary practices for removal, containment, and disposal of asbestos-containing materials. It specifies that the contractor must be qualified, licensed, and experienced in asbestos work, with compliance to regulations in the District of Columbia, Maryland, and Virginia. Key elements include establishing air quality control limits, utilizing approved equipment, and executing a detailed plan of action that encompasses decontamination, waste disposal, and safety measures for workers and the public. The contractor is responsible for securing permits, conducting air monitoring, and ensuring proper disposal of hazardous waste, while maintaining clear communication with federal oversight bodies. The procedures emphasize strict adherence to federal guidelines, ensuring the safety of all personnel involved and the mitigation of environmental hazards during asbestos removal activities. The document supports agencies' efforts to maintain public health and safety compliance while fulfilling federal and local RFP requirements.
    The document outlines the procedures for the removal of asbestos-containing roofing materials, emphasizing compliance with federal, state, and local regulations to protect workers and the environment. It details the scope of work, which includes the removal, encapsulation, and proper disposal of asbestos roofing materials, while ensuring air concentrations remain within specified safety limits. Quality assurance is highlighted, necessitating that contractors be licensed and experienced in asbestos abatement. The document mandates extensive planning and preparation, including the implementation of decontamination facilities and air monitoring systems, prior to commencing work. Safety measures, including the use of protective equipment and compliance with rigorous monitoring protocols, are essential throughout the project. Additionally, the contractor is responsible for notification to relevant governmental bodies and for proper waste disposal protocols at approved facilities. The overall aim is to uphold safety, regulatory compliance, and environmental protection during the asbestos removal process, demonstrating a commitment to both public health and ecological standards within government contracts.
    This document outlines the procedures for the removal of bird and bat droppings within specified control areas, ensuring compliance with health and safety regulations. It emphasizes the contractor's responsibility for worker and visitor safety, detailing required equipment like respirators and disposable protective clothing. Key methodologies include isolating work areas, saturating droppings with disinfectants before removal, and employing manual tools or HEPA vacuums for debris disposal. Cleanup measures include proper bagging of contaminated materials and thorough cleaning of surfaces, with inspections conducted by a designated official to confirm completion. This guideline is critical for environmental abatement projects, reflecting strict adherence to safety standards in government-funded initiatives.
    The document outlines the detailed procedures and regulations for the control and safe handling of lead-based paint (LBP) during construction and renovation projects, particularly in facilities built before 1978. It emphasizes the need for comprehensive identification, disturbance, containment, removal, and disposal of lead-containing materials, including paint, adhesives, and potentially contaminated soil. Key requirements include the necessity for contractors to be licensed, trained, and experienced in lead abatement, adhering to local laws, especially in the District of Columbia and neighboring states. Submittals, such as detailed work plans, personal protection equipment, and waste management strategies, must be provided both pre- and post-award. Moreover, specific cleaning protocols and air quality monitoring methods are mandated throughout the project, ensuring worker safety and compliance with federal, state, and local regulations. The document's structure includes sections on general conditions, quality assurance, product specifications, execution of work, and cleanup protocols, ensuring clarity and thoroughness in managing lead hazards. Overall, it serves as a regulatory framework for safely managing lead-based paint risks in government-funded projects, underscoring the importance of safety and environmental responsibility.
    The document outlines the file naming requirements for electronic contract files within the PBS (Public Buildings Service) electronic contract file system, EASi/EDMS. It emphasizes the importance of clear and descriptive file names to ensure efficient access and organization among multiple users. Key instructions include starting file names with a brief content description, including a date in the format YYYY MM DD, and avoiding unnecessary symbols and abbreviations. Users are advised against uploading drafts or duplicates and must apply a revision identifier for modified documents. Samples of properly formatted file names illustrate compliance with these standards. Overall, this guide is essential for maintaining the integrity and clarity of contract documentation, which serves critical functions in federal procurement processes and aligns with best practices in managing government Requests for Proposals (RFPs) and grants.
    The GSA Order ADM 7002.1 outlines a directive for implementing smart building (SB) technologies across federally owned facilities under GSA jurisdiction. Its main goal is to modernize facility management to achieve cost savings, enhance energy efficiency, improve occupant comfort, and maintain robust cybersecurity protocols. The Order, effective from December 16, 2021, encourages consistent practices in the integration of building monitoring and control systems, operational technology, and the Internet of Things. It targets GSA PBS employees and contractors involved in design, construction, and maintenance projects, ensuring all modifications to SB systems are guided by designated stakeholders. The document emphasizes collaboration between GSA regions, contractors, and the Office of the Chief Information Officer to enhance interoperability and support cybersecurity risk management. A new GSA SB Advisory Board will be established to evaluate innovative solutions, facilitating compliance with existing policies and promoting consistent technology deployment. Responsibilities are detailed for various GSA offices to ensure adherence to these guidelines and continuous improvement in building technology systems. The directive aims to support the GSA's long-term strategic goals within the evolving landscape of federal facility management.
    The General Services Administration (GSA) Order CIO 2180.2 outlines the rules for handling Personally Identifiable Information (PII) to ensure its protection and compliance with federal policies. It mandates that all GSA employees and contractors accessing GSA-managed systems undergo training and background checks. The order emphasizes the definitions of PII and breaches, detailing protective measures, reporting protocols for security incidents, and consequences for non-compliance. Violations of these policies can lead to disciplinary actions and potential criminal penalties, per the Privacy Act of 1974. The directive also replaces the previous order, updating definitions, training requirements, and relevant references to enhance the safeguarding of PII. Its primary aim is to mitigate risks associated with unauthorized access and disclosure of sensitive information, aligning with overarching federal requirements for information security management.
    The GSA Order ADM 2181.1 outlines the U.S. General Services Administration’s (GSA) policy regarding Homeland Security Presidential Directive-12 (HSPD-12) for personal identity verification (PIV) and credentialing, emphasizing background investigations for contractor employees. It mandates that PIV credentials be the primary means for identifying and authenticating individuals accessing GSA facilities and IT systems, while detailing requirements for identity verification, fraud prevention, and electronic authentication. This policy implements overarching federal guidelines, notably OMB Memorandum M-19-17, HSPD-12, and FIPS 201-2, to enhance identity security and streamline access management. It provides detailed scopes, responsibilities, and credentialing procedures for both GSA employees and contractors, along with specifics for various categories of contractor employees, including long-term, short-term, temporary, and non-U.S. citizen contractors. Moreover, the order replaces an earlier directive, reduces outdated operational references while focusing on policy elements, and emphasizes coherent implementation of security measures and credentialing systems, underlining GSA’s commitment to national security and access integrity. Responsibilities for credentialing and background checks are clearly delineated among various GSA roles. This comprehensive approach ensures that personnel who access sensitive spaces and systems meet established security protocols.
    The GSA Solicitation No. _47PM112XR00XXX_ outlines essential representations and certifications required from offerors submitting bids for government contracts. Key points include defining the applicable North American Industry Classification System (NAICS) code as 237290, with a small business standard of $22 million in average annual receipts. It lists required representations related to various FAR provisions including conflict of interest disclosures, small business program eligibility, compliance with telecommunications restrictions, and valuation disclosures tied to responsibility matters. The document emphasizes the importance of accurate representation in the System for Award Management (SAM) for compliance and transparency in federal acquisitions. It instructs offerors to confirm their compliance with regulations such as the Federal Acquisition Supply Chain Security Act and outlines the consequences of misrepresentation. This solicitation serves as a guideline for businesses seeking federal contracts, ensuring they meet all legal and operational standards specified by the government.
    The document outlines the qualifications and financial information required from contractors intending to submit proposals for federal contracts. It serves as a standardized form collecting essential organizational details, ownership information, financial statements, and past performance data. Key sections include general information about the contractor’s business structure, taxpayer ID, and their financial history, including any delinquencies, debts to the government, and inventory valuation methods. Additionally, the form requests details on financial statements, income statements, and a breakdown of assets, liabilities, and net worth. It also inquires about any contracts in force and completed jobs in the last five years, highlighting the contractor's experience and capacity for handling government projects. The purpose of this document is to ensure that potential contractors possess the necessary financial stability and experience to fulfill government contracting requirements, essential for transparency and evaluating contractor reliability in the context of federal grants and RFPs.
    The National Elevator Modernization Contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) solicitation by the General Services Administration (GSA) aimed at establishing multiple award contracts for elevator construction and modernization services across eleven GSA regions. This contract facilitates projects valued under $3.926 million, with an overall ceiling of $350 million over a five-year period, encompassing one base year and four option years. The primary objective is to enhance elevator systems in federal buildings to comply with safety and accessibility codes. The IDIQ allows for competitive bidding, ensuring that contractors self-perform a minimum of 80% of the work. Key elements include defining labor requirements, determining task order pricing, and establishing deliverables, which encompass various modernization tasks such as design, installation, and commissioning. Contractors must also adhere to strict compliance with building codes, environmental regulations, and the National Historic Preservation Act when dealing with historic properties. Overall, the agreement promotes efficient procurement processes, safety standards, and sustainability in managing GSA's elevator modernization and construction projects.
    The General Services Administration (GSA) issued a presolicitation announcement for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on elevator modernization and construction services. This document outlines the process and requirements for prospective contractors intending to compete for task orders valued under the prospectus threshold of $3.926 million. Key services include design assessments, code compliance checks, detailed project plans, engineering solutions, and comprehensive project management throughout the contract duration. The IDIQ contract has a maximum ceiling of $350 million over its lifetime, with a cap of $20 million annually for each contractor. Interested parties are encouraged to RSVP for a pre-proposal conference set for November 21, 2024, and provide feedback on the draft solicitation by December 2, 2024. To be eligible to submit proposals, vendors must add NAICS Code 238290 to their System for Award Management registration. This presolicitation serves as a preliminary notification rather than a formal RFP, allowing the government to gather insights before the official proposal stage.
    The government document is a proposal checklist for the Small Business Elevator Modernization Indefinite Delivery Indefinite Quantity (IDIQ) program. It outlines essential information required from companies bidding for elevator modernization contracts, including verification of business status through SAM.gov registration, details about the authorized signature authority, and the company's Unique Entity Identifier (UEI). The checklist mandates that respondents confirm their small business designation under NAICS 238290, prove their capability to self-perform a significant portion of the work, and provide a past performance history with specific data on previous projects. Submission must include safety reports and documentation of contractor licenses. Additionally, it requires certifying that employees can meet security clearance standards. Overall, the document is structured as a comprehensive form to facilitate the qualification assessment of small businesses responding to this federal RFP, ensuring compliance, and standardizing data collection to improve evaluation efficiency. This initiative highlights the government's commitment to engaging small businesses in significant modernization efforts while maintaining strict contractual and safety standards.
    Similar Opportunities
    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.
    GSA Elevator Repair, JJ Pickle FOB, Austin TX 78701
    General Services Administration
    The General Services Administration (GSA) is seeking to procure services for the repair and modernization of a hydraulic passenger elevator located at the Austin Federal Office Building in Austin, Texas. The primary objective of this contract is to acquire a specific communication device, the MAD MosaicONE VMS, as part of the elevator upgrade project, ensuring compliance with the ASME-A17.1 Elevator Code and the Uniform Federal Accessibility Standards. This procurement is critical for maintaining the operational efficiency and safety of the building's elevator system. Interested parties can reach out to Lorenzo B. Evans at lorenzo.evans@gsa.gov or (817) 312-9249, or Barbara J. Giddens at barbara.giddens@gsa.gov or (817) 850-8368 for further information.
    JOTFOC for the Midland USCH Elevator Upgrade Project
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the Midland USCH Elevator Upgrade Project, which involves the repair or alteration of office buildings. This opportunity is being issued as a Justification for Other Than Full and Open Competition, indicating that the procurement may not be open to all potential bidders due to specific circumstances outlined in the attached justification document. The project is critical for maintaining the functionality and safety of the elevator systems within the Midland facility, ensuring compliance with operational standards. Interested parties can reach out to Temica Stewart at temica.stewart@gsa.gov or by phone at 817-201-7945 for further details regarding the procurement process.
    911 Federal Building Elevator Maintenance Services
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the 911 Federal Building located in Portland, Oregon. The procurement involves repair and maintenance of elevators, equipment, communication devices, and related accessories, ensuring compliance with the latest American Standard Safety Code for Elevators (A17.1, A18.1) and all applicable regulations. These services are crucial for maintaining the safety and operational efficiency of the building's elevator systems. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or by phone at 253-209-9118 for further details regarding this opportunity.
    Redacted J&A
    General Services Administration
    The General Services Administration (GSA) is seeking contractors to provide full elevator maintenance, repair, and replacement services for vertical transportation equipment at the location of 350 West First Street, Los Angeles, CA 90012-3100. The procurement aims to ensure the operational efficiency and safety of the elevators and related equipment at this facility, which is critical for maintaining accessibility and functionality within the building. Interested parties can reach out to Kristofer-Rey Tolfo at kristofer-rey.tolfo@gsa.gov or by phone at 949-291-1932 for further details regarding the opportunity. The specific funding amount and key deadlines have not been disclosed in the available information.
    A/E Design of Freight Elevator #12 at GPO Building A
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    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.
    Brand Name Justification for the Midland USCH Elevator Upgrade Project
    General Services Administration
    The General Services Administration (GSA) is seeking to justify the brand name for the Midland USCH Elevator Upgrade Project, which falls under the Public Buildings Service. This procurement involves the repair or alteration of office buildings, specifically focusing on the elevator systems at the Midland facility in Texas. The justification is being posted in accordance with FAR 6.305, highlighting the necessity of using a specific brand for this upgrade to ensure compatibility and performance standards. Interested parties can reach out to Temica Stewart at temica.stewart@gsa.gov or call 817-201-7945 for further details regarding this opportunity.