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

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 3:30 PM UTC
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.
Dec 23, 2024, 4:06 PM UTC
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.
Dec 23, 2024, 4:06 PM UTC
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.
Dec 23, 2024, 4:06 PM UTC
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.
Lifecycle
Similar Opportunities
West Virginia & Western Virginia Construction Multiple Award IDIQ
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to participate in a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services in West Virginia and Western Virginia. The procurement aims to provide repair and alteration services for government-owned and leased facilities, with project values ranging from $250,000 to $3.926 million and potentially higher, depending on government discretion. This contract is crucial for maintaining and improving federal facilities, ensuring they meet operational standards and requirements. Interested contractors must submit their responses by April 14, 2025, at 12:00 PM Eastern Time, to Danyel Herdman and Kimberly DeSant via email, providing detailed corporate information and capabilities statements.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the inspection, maintenance, and repair of six elevators located at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections, ensuring compliance with safety and operational standards while conducting necessary repairs. This procurement is vital for maintaining the functionality and safety of critical infrastructure at federal facilities. The performance period for the contract is set from May 1, 2025, to April 30, 2030, and interested contractors should direct inquiries to Donald Richer at dricher@usbr.gov.
Stertil_Koni Lift Systems
Buyer not available
The General Services Administration (GSA) is seeking quotes for the procurement of Stertil-Koni Lift Systems, specifically the Momar part number NS123271, through a Request for Quote (RFQ). Vendors must comply with administrative requirements, including registration with the OMS Vendor Portal or EDI, and must provide pricing on a FOB Destination basis along with their best delivery lead time. These lift systems are crucial for motor vehicle maintenance and repair operations, ensuring efficient service delivery within the Continental United States. Interested vendors should direct inquiries to Amanda Acosta at amanda.acosta@gsa.gov or call 737-352-0530, and must submit their quotes by the specified deadline to be considered for the award.
Albert V. Bryan Courthouse Limited Modernization Project – Construction Pre-Solicitation Notice
Buyer not available
The General Services Administration (GSA) is preparing to solicit bids for the Albert V. Bryan Courthouse Limited Modernization Project, which involves significant repairs and upgrades to the courthouse located in Alexandria, Virginia. The project aims to enhance the building's lighting, HVAC, and Building Automation Systems (BAS), thereby improving operational efficiency and tenant quality of life. This federally owned courthouse, which serves the Eastern District of Virginia, is critical for housing judicial operations and related services. Interested small business contractors should note that the estimated contract value ranges from $15 million to $20 million, with a Request for Proposal expected to be issued within 30 days. For inquiries, potential bidders can contact Connor Eagan or Mark Lewandowski via email.
Base Ketchikan Monthly Elevator Service
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking a contractor to provide monthly elevator maintenance services at Base Ketchikan, Alaska, as well as for an additional site in Juneau. The contract requires adherence to ANSI A17.1-2010/CSA B44-10 standards, including comprehensive parts repair and replacement, maintaining a records management program, and conducting a 5-year load test within the first 60 days of service. This procurement is crucial for ensuring the safe and compliant operation of elevators in federal facilities, reflecting the Coast Guard's commitment to operational safety. Proposals are due by April 23, 2025, at 12:00 PM AKST, and interested parties should submit their quotes via email to the designated contacts, Tyler Brady and Benjamin Reedy, with the solicitation number included in the subject line.
MD Repair & Alteration IDIQ Solicitation Number Change
Buyer not available
Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
Design-Build Services for the Gate 6 Parking Garage, St Elizabeths West Campus, SE WASH DC
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to provide Design-Build Services for the construction of the Gate 6 Parking Garage at the St. Elizabeths West Campus in Washington, DC. The project involves constructing a five-level parking garage with a capacity of 1,250 spaces, with an estimated budget ranging from $115 million to $150 million. This sources sought announcement is intended for planning purposes only, aiming to identify potential contractors under various small business programs as outlined in the Federal Acquisition Regulations (FAR). Interested firms must submit a Letter of Interest and a capability statement by April 23, 2025, with a maximum of 10 pages, to Bonnie E. Echoles at bonnie.echoles@gsa.gov or Terri Elliott at terri.elliott@gsa.gov. Please note that no contracts will be awarded at this stage, and the government will not reimburse any costs associated with the submission.
Brand Name Justification Notice
Buyer not available
The General Services Administration (GSA) is seeking to modernize the elevators at the Richard H. Chambers US Courthouse in Pasadena, California, through a Brand Name Justification Notice. This procurement aims to utilize specific brands of equipment to ensure compatibility, ease of maintenance, and cost-effectiveness, as previous experiences with non-specific equipment led to inflated operational costs and limited service provider options. The project is estimated to cost $3,800,000, and GSA plans to publicly announce the procurement to attract a wider range of suppliers while exploring opportunities for increased competition in future projects. For further inquiries, interested parties can contact Antonio Heredia at antonio.heredia@gsa.gov or Elizabeth Reyna at elizabeth.reyna@gsa.gov.
Z1DA--578-25-003 Renovate Elevators B200 (Construction) at the Hines VA Hospital in Hines, IL
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the renovation of elevators in Building 200 at the Hines VA Hospital in Hines, Illinois, under Project 578-25-003. The project aims to modernize all eight elevators, including necessary lobby renovations, to ensure compliance with current codes and standards while minimizing disruption to hospital operations. This initiative is critical for enhancing the operational efficiency and safety of the facility, which serves as a primary healthcare provider for veterans. The estimated project cost is between $10 million and $20 million, with a completion timeline of 730 days from the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Contracting Officer Kristi Kluck at Kristi.Kluck3@va.gov for further details. The full solicitation is expected to be available on SAM.gov around April 8, 2025.
B6058 Install Elevator
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a new elevator in Building 6058 at Fort McCoy. The project requires the contractor to provide all necessary parts, labor, tools, equipment, materials, transportation, and supervision, along with related structural, plumbing, HVAC, and electrical work, in accordance with the provided construction documents. This procurement is a Total Small Business Set-Aside under NAICS Code 238290, with a small business size standard of $22 million, emphasizing the importance of engaging small businesses in federal contracting. Interested contractors should submit their proposals, including all amendments, to the primary contact, Todd Dempsey, at todd.a.dempsey.civ@army.mil, or by phone at 502-898-1252, with the proposal due date and questions due date specified in the solicitation amendment.