Little Goose Lock and Dam Elevator Maintenance Services
ID: W912EF25Q0041Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The U.S. Army Corps of Engineers, Walla Walla District, is seeking a contractor to provide elevator maintenance services at the Little Goose Lock and Dam in Starbuck, Washington. The procurement involves both routine and non-routine maintenance in accordance with the Performance Work Statement (PWS), applicable safety standards, and federal regulations, with a contract structure that includes a hybrid of Firm Fixed Price (FFP) and Time and Materials (T&M) elements. This maintenance is crucial for ensuring the operational efficiency and safety of the facility's elevator systems. Interested contractors must submit their offers by August 6, 2025, with the contract period commencing on June 14, 2025, and extending through June 13, 2028, including two option years. For further inquiries, potential bidders can contact Victoria Conway at victoria.l.conway@usace.army.mil or by phone at 509-527-7449.

    Point(s) of Contact
    Files
    Title
    Posted
    The Offeror Experience Form is a structured document utilized to gather information on an offeror's past performance in relation to government contracting. The form requires detailed input about the offeror, including their name, project title, contract number, location, and financial specifics, such as total contract value and subcontractor value if applicable. Additionally, it captures timelines for project phases, client contact information, and a concise description of the project's scope along with the offeror's specific responsibilities. Central to the form's purpose is establishing the relevance of previous projects to the current solicitation, promoting informed decision-making in the evaluation of potential contractors. The form aids government agencies in assessing the experience and reliability of offerors, ensuring that candidates possess the necessary qualifications for successful project execution. Overall, this document plays an essential role in maintaining transparency and accountability in the procurement process, facilitating effective collaboration between government entities and contractors.
    This document is an amendment to solicitation W912EF25Q0041, issued by the USAED, Walla Walla - Contracting Division. Its primary purpose is to extend the deadline for the submission of offers from June 3, 2025, at 10:00 AM PST to June 10, 2025, at the same time. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged and in effect. Offerors must acknowledge receipt of this amendment to ensure their offers are considered, which can be done through various methods outlined in the document. It also includes administrative details such as the contract identification code, the name of the contracting officer, and the date of amendment issued. This amendment is a standard procedure in government contracting to provide flexibility and accommodate potential bidders by allowing additional time for submission.
    The document outlines Amendment 3 to solicitation W912EF25Q0041 related to elevator maintenance at Little Goose Lock and Dam. Key modifications include updates to the Performance Work Statement (PWS) and wage determinations reflecting new federal guidelines. The amendment advises that offers are due by August 6, 2025, and emphasizes that contractors excluded from the competitive range cannot resubmit quotes. The contract stipulates routine and non-routine maintenance services, specifying the types of work required, including emergency services and compliance with safety standards. The contract is hybrid with fixed-price and time-and-materials elements. It includes a detailed performance plan with required submittals, quality assurance measures, and safety protocols aligned with federal regulations. Contractor training and security checks are also mandated to ensure compliance with safety and operational standards. The document serves as a critical guideline for contractors, providing clear expectations for performance, payment structures, and compliance with labor regulations, aligning with government procurement standards.
    The document is an amendment to federal solicitation W912EF25Q0041 for maintenance services at Little Goose Lock and Dam. The primary purpose is to revise the Performance Work Statement (PWS), including updates in the scope of work, which involves routine and non-routine elevator maintenance. The contract will be a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) agreement, with the base year running from June 14, 2025, to June 13, 2026, and options for two subsequent years. Key responsibilities of the contractor include providing comprehensive maintenance for elevators, ensuring compliance with applicable codes and safety regulations, and submitting regular quality control reports. The contractor must adhere to set working hours and minimize costs through planned scheduling, avoiding overtime unless necessary. Additionally, safety, security, and training requirements for contractor personnel are outlined, emphasizing the importance of protecting government property and ensuring effective emergency procedures. The document serves to clarify expectations and guidelines for potential contractors responding to the solicitation, aligning with federal procurement standards to ensure operational efficiency and safety at the facility.
    The document outlines a solicitation for elevator maintenance services at Little Goose Lock and Dam, issued by the U.S. Army Corps of Engineers. It requires contractors to provide both routine and nonroutine maintenance, adhering to industry standards and regulatory requirements. The contract type is a hybrid of Firm Fixed Price (FFP) and Time and Materials (T&M), with a performance period from June 2025 to June 2028. Contractors must furnish all necessary supervision, labor, and materials. Inquiries regarding the solicitation must be submitted via a designated Bidder Inquiry website. Award criteria focus on offering the best value while meeting all technical requirements. The contractor must develop a comprehensive Maintenance Control Plan and submit regular reports detailing compliance with maintenance schedules. The document emphasizes the need for adherence to safety protocols, quality assurance measures, and proper training for contractor personnel. It lays out procedural guidelines for submittals, inspections, and emergency procedures, ensuring safety and operational efficiency. Overall, the RFP aims to establish a reliable service framework for elevator maintenance, respecting regulatory constraints and operational standards at the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    DDSP Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking a contractor for elevator maintenance services at DLA Distribution Susquehanna, Pennsylvania. The procurement involves providing preventative and corrective maintenance for elevators, dumbwaiters, and platform lifts, including all necessary labor, tools, materials, and management to ensure optimal operation in compliance with ASME A17 standards. This contract is crucial for maintaining the functionality and safety of essential lift equipment, with a Firm Fixed-Price (FFP) and Time & Materials (T&M) purchase order structure covering a base year and four option years, from December 29, 2025, to December 28, 2030. Interested parties must submit their quotes by December 12, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    911 Federal Building Elevator Maintenance Services
    Buyer not available
    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.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    MNA Vertical Pump Storage Platform
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, Walla Walla District, is seeking sources for the fabrication and delivery of a Navigation Lock Unwatering Pump Platform for the McNary Lock and Dam in Umatilla, Oregon. The project requires the fabrication of structural steel components, including columns, beams, guardrails, gates, and fall protection anchors, all of which must meet specific tolerances and standards, including hot-dipped galvanization and compliance with AWS D1.1/D1.1M standards. This sources sought notice aims to identify capable small businesses that can fulfill these requirements, with interested firms required to submit their business size, past project experience, and other relevant details to the primary contact, Kristin Kreutzer, at kristin.n.kreutzer@usace.army.mil. This opportunity is not a solicitation but a preliminary step to gauge interest and capability, with no commitment from the government to procure supplies at this stage.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.