Elevator Maintenance Service at Four Minnesota Locations
ID: 47PF0025R0003Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 ACQUISITION MANAGEMENT DIVISIONCHICAGO, IL, 60604, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services at four federal locations in Minnesota, including courthouses in Minneapolis, St. Paul, and Fergus Falls. The contract will be a firm fixed-price agreement, focusing on performance-based maintenance to ensure the safety and efficiency of the elevators while complying with federal, state, and local regulations. This procurement is significant for maintaining operational standards in federal buildings and is open to all business concerns, with encouragement for participation from small and disadvantaged businesses. Interested contractors must submit proposals by the specified deadline, and for further inquiries, they can contact Donald McFall at donald.mcfall@gsa.gov or Sarah E. Jayjack at sarah.jayjack@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contractor's Cost Proposal Format for Elevator Maintenance Services at the Warren E. Burger Federal Building from June 1, 2025, to May 31, 2026. It details the structure for contractors to estimate costs, divided into three main sections: Direct Labor Costs, Other Direct Costs, and Indirect Costs. Section I focuses on calculating direct labor expenses, encompassing various employee classifications (e.g., journeyman, mechanic helper, and supervisor) and including provisions for vacations, sick leave, and holidays. The proposal requires detailed calculations for total man-hours and associated costs, as well as fringe benefits such as health and welfare, and taxes. Section II addresses other direct costs associated with materials, equipment, and subcontracts. Section III covers indirect costs including general administrative expenses and profit margins. The proposal culminates in a comprehensive total cost for the maintenance services, ensuring that all categories are accounted for methodically. The purpose of the document aligns with federal procurement processes, supporting transparency and precision in bidding for government contracts. It facilitates an organized approach for contractors to present their cost estimates effectively, which is critical for assessing proposals within the context of government RFPs and funding requirements.
    The document outlines the cost proposal format for contractor services related to elevator maintenance at the Edward J. Devitt U.S. Courthouse from June 1, 2025, to May 31, 2026. It details the structure for calculating both direct and indirect costs associated with the contract. Section I focuses on direct labor costs, itemizing various labor categories such as journeyman labor, mechanic helper labor, and supervisory labor, along with provisions for vacation, sick leave, and holiday pay. Total direct costs are calculated by summing labor, fringe benefits, and payroll taxes. Section II covers other direct costs, including materials and equipment. Section III addresses indirect costs such as general and administrative expenses and profit margins. The final total cost for the basic service for the one-year period is derived from adding all specific costs from the preceding sections. This structured approach ensures transparency and thoroughness in financial planning for government contract proposals, enabling accurate budgeting and evaluation for elevator maintenance services. It aligns with governmental requirements for RFPs, federal grants, and proposals at local levels.
    This contractor's cost proposal format is designed for a specific service, namely Elevator Maintenance Services, at the Diana E. Murphy U.S. Courthouse in Minneapolis, MN, for the contract period of June 1, 2025, to May 31, 2026. The proposal outlines the necessary components for estimating costs, divided into three sections: Direct Labor Costs, Other Direct Costs, and Indirect Costs. In Section I, contractors must detail labor costs including manhours for various labor categories, vacation, sick leave, holidays, and various fringe benefits, leading to a total direct cost calculation. Section II further requires contractors to itemize materials, equipment, and subcontracts, summing these as Other Direct Costs. Lastly, Section III captures indirect costs, including general administrative expenses and profit margins, culminating in a comprehensive cost for basic service. This proposal format is critical in the context of government Requests for Proposals (RFPs) and grants, ensuring transparency and standardization in financial submissions from contractors, aiding in the evaluation and selection process for federal and local contracts.
    The document outlines the cost proposal format for Elevator Maintenance Services to be provided at the Paul D. Wellstone Federal Building in Minneapolis, MN, during the contract period from June 1, 2025, to May 31, 2026. It includes detailed sections that require contractors to itemize various labor costs, including direct labor, vacation, sick leave, and holiday hours for different staff roles, along with calculating fringe benefits like health insurance and worker's compensation. Additionally, it specifies other direct costs such as materials, equipment, and subcontractor fees, as well as indirect costs including general and administrative expenses and profit margins. The final summary of costs is expected to present a comprehensive total for the basic service over the contract duration. This structure is designed to ensure transparency and completeness in the financial proposal, aligning with typical requirements found in federal and state RFPs, ultimately facilitating the evaluation and selection of contractors for government contracts.
    The document outlines a Model Individual Subcontracting Plan for contractors engaged in federal contracts, specifically emphasizing the importance of incorporating small business participation. It details the requirements for creating a subcontracting plan that must include specific goals for various types of small businesses, including veteran-owned, women-owned, and HUBZone businesses. Key components include the need to establish both dollar and percentage goals that reflect a commitment to subcontracting with these entities throughout the contract's duration. Additionally, it emphasizes the importance of market research to identify suitable small business suppliers and includes guidance on how to report progress against these goals through the Electronic Subcontract Reporting System (eSRS). The plan serves not only as a commitment but as a crucial part of contract evaluations, with implications for contractor eligibility and potential penalties for non-compliance. The document further explains the necessity for contractors to create equitable opportunities for small businesses, detailing methods of achieving this and the administrative structure needed to support the subcontracting program effectively.
    This document outlines the Electric Traction Elevator Inspection Checklist based on ASME A17.2 - 2014, intended for use in the Great Lakes Region as part of Building Operations and Tenant Services. The checklist is structured into various sections focusing on critical areas such as the inside of the elevator car, machine room, top of the car, outside hoistway, pit, and firefighters’ service. Each section contains specific inspection items labeled as OK (meets requirements), NG (not good), or NA (not applicable). The checklist aims to ensure the safety and operational integrity of elevators by detailing requirements for various components, such as door mechanisms, emergency signals, and fire safety measures. Inspectors are required to document conditions and provide certifying information at the end of the checklist. This thorough evaluation framework supports compliance with safety regulations and maintenance standards, ensuring elevators operate safely for passengers and freight, thus playing a critical role in public safety and operational efficiency within federal and local government buildings.
    The document outlines the Escalator Inspection Checklist for the Great Lakes Region, following ASME A17.2 standards, primarily intended for ensuring safe building operations and tenant services. The checklist incorporates detailed sections related to both external and internal escalator inspections. Key topics include fire protection, safety devices, machinery access, and performance metrics, reflecting the importance of compliance with safety regulations. Each item is marked as either "OK," "NG," or "NA," indicating compliance, issues noted for follow-up, or non-applicability. Inspections must be recorded with important data such as inspection date, step width, rated load, and certifying organization. This checklist supports adherence to safety standards in government-funded facilities, emphasizing regular maintenance and proactive evaluations necessary for public safety and operational efficiency.
    The file outlines the Hydraulic Elevator Inspection Checklist for the Great Lakes Region, adhering to ASME A17.2 standards from 2014, aimed at ensuring compliance with safety and operational criteria for hydraulic elevators. It is structured into sections detailing inspections for different components, including the inside of the car, machine room, top of the car, outside hoistway, pit, and firefighters’ service. The checklist provides specific items for evaluation, categorized as meeting requirements (OK), needing comments (NG), or not applicable (NA). Each section contains numerous criteria covering safety devices, operational controls, structural elements, and emergency preparedness measures. The purpose of the inspection is to verify compliance with the code and ensure the functionality and safety of elevator systems. This checklist serves as a critical tool in federal and local contexts, supporting RFPs and grants focused on building operations, tenant safety, and facility management standards. The thorough documentation is vital for maintaining structural safety and offering certifications by qualified inspectors, reinforcing government commitments to public safety and regulatory adherence.
    This document addresses prospective contractors regarding their required awareness of asbestos-containing materials (ACM) within the W E Burger Federal Building and US Courthouse (MN0087ZZ). As outlined in federal regulations, contractors must be notified of the presence, location, and quantity of ACM to safely conduct work in these facilities. Specific materials identified include floor tile mastic and spray-on fireproofing located across various parts of the building, totaling over 29,000 square feet of presumed ACM. The summary emphasizes that untested materials are considered ACM due to their characteristics and the potential risks they pose when disturbed. The document serves as a critical safeguard for contractors, ensuring compliance and safety during renovations or maintenance tasks. For inquiries, contact details for the contract specialist are provided.
    This government document pertains to the notification requirements for asbestos-containing materials (ACM) in federal buildings, specifically the Edward J. Devitt U.S. Courthouse and Federal Building (MN0021ZZ). It outlines the types, locations, and quantities of ACM present, including floor tile, stucco, duct insulation, and roofing materials. The information is critical for prospective contractors to ensure safety and compliance with regulations surrounding asbestos handling. Several materials are presumed to be ACM due to their characteristics and age, despite not being tested. The purpose of this notification is to inform contractors of potential hazards, allowing them to take necessary precautions during any construction activities. For further inquiries, contacts are provided, reinforcing the government’s commitment to maintaining safety standards in facilities management.
    This document serves to notify prospective contractors of the presence of asbestos-containing materials (ACM) in the Federal Building (MN0036ZZ) as mandated by the Code of Federal Regulations. The notification is intended to safeguard contractors by ensuring they are aware of these hazardous materials. A comprehensive list details the types, locations, and quantities of ACM, which include fittings associated with insulation, HVAC sealant, floor tiles, vinyl sheet flooring, and roofing materials, among others. Certain materials have been presumed as ACM due to potential accessibility issues or the risk of damaging the materials if tested. Contractors are advised to take necessary precautions when planning activities that could disturb these materials. For inquiries, Donald McFall, the Contract Specialist, is available for contact. This document is critical for compliance with health and safety regulations in government contracts, ensuring that all parties are informed of environmental hazards prior to any work commencing.
    The GSA Great Lakes Region's Elevator Inspection Checklist serves as a thorough guide for evaluating the functionality and safety of elevators in federal buildings. The checklist is divided into sections, assessing areas such as the lobby, elevator car interior, ride quality, machine room, and documentation. Key inspection items include verifying operational indicators, ensuring door mechanisms function properly, and checking the condition of the machine room for safety and compliance with regulatory standards. Additional emphasis is placed on keeping records up to date, including maintenance logs and emergency operation tests. This checklist aims to uphold elevator safety, comfort, and efficiency, verifying that all systems are functioning within established guidelines and complying with federal regulations. Regular inspections and documentation reflect the government's commitment to maintaining safe public facilities.
    This government document outlines an amendment to solicitation number 47PF0025R0003, related to Elevator Maintenance Services at four locations in Minnesota. The amendment establishes a deadline for submitting questions by January 24, 2025, and specifies a virtual preproposal conference on January 21, 2025, at 2:00 p.m. CST, via Google Meet. In-person site visits will also occur from January 21 to January 23, 2025, at designated locations, with an RSVP required by January 20, 2025, at 5:00 p.m. CST, to ensure access. Notably, all proposals must acknowledge receipt of the amendment to avoid rejection, and while contractors are not required to sign and return the document, the integrity of submitted offers is emphasized. The amendment ensures clear communication around submission protocols and maintains transparency in the procurement process. Overall, the document serves to facilitate the procurement of elevator maintenance services and keep all parties informed and engaged in the process.
    Similar Opportunities
    Fairbanks & Ketchikan elevator maintenance and related services
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance, repair, and related services for the Fairbanks and Ketchikan Federal Buildings in Alaska. The selected contractor will be responsible for ensuring the elevators are safe, functional, and compliant with safety codes, which includes regular inspections, immediate repairs, and maintaining original capacities. This opportunity is crucial for maintaining efficient and safe elevator operations within federal facilities, reflecting the GSA's commitment to effective service delivery. Interested organizations are encouraged to submit their qualifications by February 07, 2025, to the designated GSA contacts, Charles Enoch and Alesia Benton, via email.
    National Elevator Modernization & Construction IDIQ SB Set Aside RFP
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the National Elevator Modernization & Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. This procurement aims to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total potential contract value of $250 million over a five-year period. The initiative is crucial for modernizing elevator systems in federal buildings, ensuring compliance with safety and accessibility regulations while promoting small business participation in federal contracting. Interested parties must submit their proposals by February 19, 2025, following a pre-proposal conference on February 5, 2025, and can direct inquiries to Theodore Bonwit at theodore.bonwit@gsa.gov or Ericka M. Wilson at ericka.wilson@gsa.gov.
    4MN0227 U.S. GOVERNMENT - NOTICE OF INTENT TO NEGOTIATE SUCCEEDING LEASE
    Buyer not available
    The General Services Administration (GSA) is seeking to negotiate a succeeding lease for office space in Minneapolis, Minnesota, as the current lease will expire on September 30, 2027. The GSA requires a total of 7,083 to 7,456 ANSI/BOMA Office Area (ABOA) square feet of contiguous space, divided into two adjacent blocks, to accommodate government agencies that work closely together. The offered space must comply with specific requirements, including fire safety, accessibility, and sustainability standards, and must not be located near certain public-facing agencies. Interested parties must submit their expressions of interest by February 10, 2025, at 4:00 PM CST, including detailed information about the offered space and ownership documentation, to Stephanie Carlson at stephanie.carlson@gsa.gov.
    Intent to Add Unevaluated Renewal for Office and Related Space in St Paul, MN
    Buyer not available
    The General Services Administration (GSA) is seeking expressions of interest for an unevaluated renewal option for office and related space in St. Paul, Minnesota, encompassing approximately 21,206 to 22,266 ABOA square feet. The space must be located in a prime commercial office district, featuring modern design, and must adhere to specific requirements including accessibility, security, and fire safety standards. This procurement is crucial as it supports the GSA's ongoing need for efficient office space to accommodate government operations, with expressions of interest due by March 3, 2025, and occupancy required by May 6, 2026. Interested parties should contact Kovas I. Palubinskas at kovas.palubinskas@gsa.gov for further details.
    Notice of Intent to Negotiate Lease Renewal Option in Marshall, MN - 4MN0243
    Buyer not available
    The General Services Administration (GSA) is seeking to negotiate a lease renewal option for office space in Marshall, Minnesota, as part of a presolicitation notice. The required space must range between 4,362 and 4,562 square feet and include 20 surface parking spaces, with a lease term of five years and a firm commitment of three years. This opportunity is crucial for the GSA as it evaluates alternative spaces due to an expiring lease, considering factors such as compliance with government standards for fire safety, accessibility, and sustainability, as well as cost implications related to relocation. Interested entities must submit their expressions of interest by February 11, 2025, with an anticipated occupancy start date of June 29, 2026. For submissions, contact Kiomi Kunugi at kiomi.kunugi@gsa.gov or (773) 485-5676.
    The Government is seeking 6,914 ABOA SF Office / 4,434 ABOA SF Warehouse space in Mounds View, MN
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 13,348 ABOA square feet of office and warehouse space in Mounds View, Minnesota. The procurement requires a minimum of 6,914 ABOA square feet for office use and 6,434 ABOA square feet for warehouse space, with specific design and operational requirements including a secure fenced area for vehicle storage, modern facilities, and compliance with various safety and accessibility standards. This opportunity is crucial for supporting government operations, and interested parties must submit their expressions of interest by February 7, 2024, with occupancy anticipated by March 1, 2026. For further inquiries, contact Josh Johnson at josh.johnson@cbre.com or 952-924-4825.
    Sioux Falls Courthouse Window Replacement
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals from small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which involves the installation of energy-efficient windows while preserving the historical integrity of the building. The project is funded in part by the Inflation Reduction Act (IRA) and emphasizes the use of low-embodied carbon materials, requiring contractors to adhere to strict sustainability guidelines and federal regulations throughout the construction process. Key deadlines include a site visit on February 27, 2025, with proposals due by March 27, 2025, and interested parties should direct inquiries to Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov.
    MTE Elevator Maintenance Service
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking quotes for Elevator Maintenance Services at the Mt. Elbert Pumped Storage Powerplant in Twin Lakes, Colorado. The contract will cover both Preventative Maintenance (PM) and Corrective Maintenance (CM) for two passenger elevators, which are essential for operational efficiency and safety at the facility. The maintenance program includes quarterly inspections, annual load tests, and compliance with federal and state regulations, with the contract period running from May 15, 2025, to May 14, 2030, and options for renewal. Interested small businesses must submit their electronic quotations by February 27, 2025, and direct any inquiries to Monte Baird at MBaird@usbr.gov or by phone at 406-247-7805.
    Carlson Perimeter Security - Vehicle Barrier Replacement
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the Carlson Perimeter Security - Vehicle Barrier Replacement project, specifically through the Public Buildings Service's Construction Acquisition Branch. This opportunity is exclusively available to small business contractors who currently hold a contract with GSA Region 6 under the Design Build Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. The project is critical for enhancing security measures at federal facilities, ensuring the safety and protection of government assets. Interested contractors should reach out to Dane Anderson at dane.anderson@gsa.gov or call 785-217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    Frank Carlson Facade IRA
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the Frank Carlson Facade IRA project, which falls under the Public Buildings Service and is specifically managed by the PBS R6 Construction Acquisition Branch. This opportunity is exclusively available to contractors who currently hold a contract with GSA Region 6 under the Multiple-Award, Design Build, Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract for Construction Services, covering the states of Iowa, Kansas, Missouri, and Nebraska. The project involves the repair or alteration of office buildings, emphasizing the importance of maintaining federal facilities to ensure they meet operational standards. Interested contractors should reach out to Erica Hoffman at erica.hoffman@gsa.gov or Dane Anderson at dane.anderson@gsa.gov for further details, as access to solicitation documents is restricted to eligible contract holders.