Elevator Inspections and Maintenance in Nashua, Merrimack, and Manchester, NH
ID: 697DCK-25-R-00339Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

FREIGHT ELEVATORS (3960)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for elevator inspections and maintenance services at facilities located in Nashua, Merrimack, and Manchester, New Hampshire. The procurement aims to ensure the operational integrity and safety of elevator systems at the Boston Consolidated Terminal Radar Approach Control Facilities, the Air Route Traffic Control Center, and the Air Traffic Control Tower, requiring the contractor to provide all necessary labor, materials, and tools for comprehensive maintenance and repair services. This contract, structured as a Firm-Fixed Price agreement, spans a base year from October 1, 2025, to September 30, 2026, with four additional option years extending to September 30, 2030. Interested contractors must submit their proposals by August 15, 2025, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to Solicitation No. 697DCK-25-R-00339, issued by the Federal Aviation Administration for Elevator Maintenance in Nashua, Merrimack, and Manchester, NH. The amendment, effective July 15, 2025, addresses submitted questions and updates the ZBW ARTCC address on the Statement of Work to 35 Northeastern Blvd, Nashua, NH 03062. The period of performance is from October 1, 2025, to September 30, 2026. Key clarifications include confirming that repairs over $2,000 are billable unless covered by the contract, and the $2,000 cap for Preventative Maintenance and Inspection Service (PMIS) covers both labor and materials. Additionally, service calls, including after-hours calls, are covered under the service agreement and should not be billed separately, unless the repairs exceed the contract scope or amount, requiring prior approval from the Contracting Officer.
    The document outlines the federal acquisition process for elevator maintenance services at multiple FAA facilities in New Hampshire, detailing the solicitation for a contractor. It includes essential information such as the contract number, payment terms, delivery dates, and performance periods for various option years extending until September 2030. The main goal is to solicit bids for the provision of elevator maintenance, inspection, and necessary services, emphasizing compliance with federal regulations and safety measures. Key components of the solicitation include requirements for electronic commerce acceptance, contractor personnel security measures, and the need for continuous services during national emergencies. The document specifies that contractors are to maintain proper certifications, including registration in the System for Award Management (SAM), and adhere to a strict evaluation process to ensure qualifications. Additionally, the contract emphasizes the requirement for safety data related to hazardous materials, mandates training for contractor employees, and outlines the necessary contractual clauses for effective administration. The detailed provisions cover performance expectations, compliance obligations, and procedural regulations, highlighting the federal commitment to ensuring contractor accountability and operational integrity in delivering required services.
    This Statement of Work (SOW) outlines the requirements for elevator maintenance services at the Boston Consolidated Terminal Radar Approach Control Facilities (BCT) in Merrimack, NH, the Air Route Traffic Control Center (ARTCC) in Nashua, NH, and the Air Traffic Control Tower (ATCT) in Manchester, NH. The contractor must provide all necessary labor, equipment, and materials for inspections, testing, maintenance, repair, and component replacement of elevator systems, adhering to manufacturer specifications and ANSI standards. Excluded work includes new equipment installations, major modifications, and routine cleaning of car interiors. The contractor must be New Hampshire licensed, employ qualified elevator mechanics, and manage all work, including scheduling, record-keeping, and quality control. The SOW details preventive maintenance, routine and periodic inspections, testing, certification requirements, and service call procedures for both emergency and routine situations, specifying response times and completion standards.
    This Statement of Work (SOW) outlines the requirements for elevator maintenance services at Boston Consolidated Terminal Radar Approach Control Facilities (BCT), Air Route Traffic Control Center (ARTCC), and Air Traffic Control Tower (ATCT) in New Hampshire. The firm fixed-price contract requires the contractor to provide all labor, transportation, equipment, materials, tools, supplies, supervision, and management for inspections, testing, maintenance, repair, and component replacement of elevator systems according to manufacturer specifications. Excluded work includes new equipment installation, modifications, and routine cleaning. The contractor must be licensed by New Hampshire, use qualified elevator mechanics, and comply with warranty provisions. The SOW details technical definitions, government-furnished property (limited to facilities, no tools or materials), contractor-furnished items (new or reconditioned parts), and specifies that all work should occur during regular hours unless approved otherwise. It also covers management, work control, scheduling, record-keeping, preventive maintenance inspections (PMIS), inspections, testing, certification, and service work, including emergency and routine calls with defined response and completion times. All work must adhere to ANSI A17.1 standards.
    This Statement of Work (SOW) outlines the requirements for elevator maintenance services at three federal facilities in New Hampshire. The contract stipulates that the contractor will be responsible for all labor, transportation, tools, and materials necessary to maintain, inspect, and repair elevator systems, adhering to manufacturer specifications and safety standards. Specific exclusions include the installation of improvements and routine cleaning, while all maintenance work must be performed by licensed and qualified personnel. Key responsibilities include preventive maintenance, which is essential for ensuring safe and efficient operation, with specific inspection schedules established. The contractor must also maintain records of all work performed and provide detailed reporting on service calls, distinguishing between emergency and routine classifications. Quality assurances include adherence to ANSI standards, responsiveness to service calls within specified timeframes, and maintenance of a safe, compliant job site. The government will provide facilities but not the tools or materials. Overall, the SOW emphasizes the importance of consistent, documented maintenance and compliance with regulatory standards to ensure the safety and reliability of elevator systems, reflecting a critical aspect of federal operations in maintaining infrastructure integrity.
    The document, identified as "ATTACHMENT J - 7" and "25-00339: PROPOSAL PRICING SHEET" under RFP 697DCK-24-R-00008, outlines the pricing structure for elevator maintenance services over a five-year period. It details monthly and annual prices for specific elevator units across three locations: Merrimack (two hydraulic elevators), Manchester (one traction elevator), and Nashua (one traction elevator). The pricing is broken down into a base period (October 1, 2025 – September 30, 2026) and four subsequent one-year option periods, extending until September 30, 2030. The document also includes sections for calculating the total contract value, encompassing the base period and all four option years, and notes a "5-Year Loader test due." This attachment serves as a critical component of the RFP, providing a clear framework for bidders to submit their financial proposals for the specified elevator maintenance services.
    The document outlines a government Request for Proposal (RFP) concerning elevator installations in New Hampshire. It specifies three locations: two hydraulic elevators at the A90 Elevator in Merrimack, one traction elevator at MHT Elevator in Manchester, and one traction elevator at ZBW Elevator in Nashua. The contract includes options for renewal across several years, covering a total potential duration from October 1, 2025, to September 30, 2030, with specified periods for the base year and four additional option years. The pricing structure and total contract value are formatted to account for both the base and optional years, although precise figures are not detailed in the document. The RFP reflects the federal government's strategy to maintain and upgrade infrastructure for efficiency and safety, as indicated by regular elevator testing under the proposed service contract. Overall, this document is part of the broader governmental efforts in state and federal contracting, emphasizing regulatory compliance and lifecycle management of public facilities.
    The provided government file appears to be a highly technical document, likely a Request for Proposal (RFP) or a similar tender document, given its extensive use of alphanumeric codes and what seem to be itemized lists or specifications. The document's structure, characterized by repeating patterns of symbols and what appear to be abbreviated terms, suggests a detailed breakdown of requirements, components, or services. Without more contextual information or a clear legend for the symbols and codes, it is challenging to ascertain the exact subject matter. However, the consistent formatting across numerous entries indicates a comprehensive and structured set of instructions or specifications relevant to federal, state, or local government procurement processes.
    The document appears to be a corrupted file or contains non-standard encoding, rendering the content largely unintelligible. Despite this, one can infer that the intended purpose is to engage with federal and local government RFPs (Requests for Proposals) and grant applications pertinent to various projects. The focus seems to be on outlining the procedural aspects of submitting proposals, guidelines for compliance, funding opportunities, and the framework within which government agencies operate when assessing such proposals. Key elements typically involved in government RFPs include project scopes, eligibility criteria, application deadlines, and evaluation methods, which are crucial for potential applicants. The document likely aimed to provide details on participating in these initiatives, emphasizing transparency and fostering collaboration between governmental bodies and stakeholders. Overall, although the document itself is illegible, it likely serves as a resource for organizations seeking federal or state contracts or grants, outlining significant procedural information on engaging with government funding opportunities.
    The provided document appears to be corrupted or heavily encoded, containing various non-standard characters and formatting artifacts. It lacks coherent sentential structure, making it difficult to ascertain a clear topic or meaningful content pertinent to government RFPs, federal grants, or state and local RFPs. Based on the context expected from such documents, it would typically encompass details regarding funding opportunities, guidelines for grant applications, specific requirements for government proposals, and general information related to procurement processes. Key aspects would potentially include eligibility criteria, deadlines, project scopes, budgetary guidelines, and compliance standards essential for applicants seeking federal or local assistance. The purpose of a standard government RFP or grant-related document is to solicit proposals for government-funded projects, ensuring transparency and proper allocation of resources while adhering to legal and regulatory frameworks. However, a meaningful extraction and summary cannot be accomplished due to the lack of intelligible text in the file. The anticipated insights typically found in such documents can only be speculated upon based on standard practices in governmental communications regarding RFPs and grants.
    Similar Opportunities
    Elevator Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    MATHC Elevator Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    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.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    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.
    J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance and repair services for the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The procurement aims to establish contracts for both preventive maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, with specific service frequencies outlined in the Statement of Work. This service is crucial for ensuring the operational efficiency and safety of the medical facilities, as it includes routine maintenance, emergency callbacks, and compliance with safety codes. Interested contractors must submit their proposals by December 9, 2025, at 17:00 CST, and can direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement involves a firm-fixed-price contract structured as a base year plus four option years, under the North American Industry Classification System (NAICS) code 541350. The services are critical for ensuring the safety and functionality of the elevator systems, which are essential for patient and staff mobility within the facility. Interested vendors must submit a capability statement, including their DUNS number and organizational details, by December 15, 2025, at 2:00 PM CST to Makena James at Makena.James@VA.gov, as this notice is for market research purposes and does not constitute a solicitation.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Puget Sound Elevator Maintenance Services
    Buyer not available
    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.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.