FY 2025 Trinidad Elevator Service Contract, Amendment 0002
ID: W912PP25Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 12:00 AM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY 2025 Trinidad Elevator Service Contract, aimed at providing maintenance and repair services for the Trinidad Dam Elevator in Colorado. Contractors will be responsible for all necessary personnel, equipment, and materials to ensure compliance with safety standards and perform routine inspections, repairs, and maintenance as outlined in the Performance Work Statement. This contract is crucial for maintaining operational safety and performance of essential infrastructure, adhering to ASME standards and state regulations. Interested small business contractors must submit their quotes by January 28, 2025, including a list of past performance references, and can contact MAJ Matthew Nulk at matthew.nulk@usace.army.mil or 505-342-3449 for further information.

Files
Title
Posted
Jan 18, 2025, 12:05 AM UTC
The U.S. Army Corps of Engineers, Albuquerque District, requests information on a company's past performance as part of their contracting process. Companies are required to provide a list of references that detail their history in fulfilling contract obligations and maintaining standards of workmanship. The survey emphasizes key elements such as adherence to contract schedules, cooperation, customer satisfaction, and the overall business conduct. For each reference, companies must outline the type of work performed, along with contact details including the name, job title, phone number, and email of the point of contact. The document underscores the importance of demonstrating previous successful engagements to build confidence in prospective bidders. Submissions should be directed to MAJ Matthew P. Nulk at the specified Albuquerque address and email. The completion of this reference list plays a critical role in the evaluation process of potential contractors, ensuring that only qualified entities are considered for federal projects.
Jan 18, 2025, 12:05 AM UTC
The document is an amendment to a federal solicitation regarding the FY 2025 Trinidad Dam Elevator Service Contract (W912PP25Q0005). It extends the submission deadline for quotes from January 15, 2025, to January 24, 2025, at 5:00 PM MST, to allow interested contractors to attend a site visit. The site visit is scheduled for January 16, 2025, at the Trinidad Dam USACE Project Office, enabling contractors to better understand the contract requirements prior to submitting their quotes. Additionally, the amendment specifies that there is no change in cost associated with this extension. Contractors are required to acknowledge receipt of the amendment and can do so by returning a signed copy or referencing it in future submissions. This amendment addresses administrative changes, ensuring compliance with federal contract regulations and providing critical information for the bidding process. Overall, the document aims to enhance contractor participation by facilitating site visits, thereby improving the quality of quotes submitted.
Jan 18, 2025, 12:05 AM UTC
The document is an amendment to a federal solicitation (W912PP25Q0005) issued by the U.S. Army Corps of Engineers, Albuquerque District. Its primary purpose is to extend the due date for Request For Quote (RFQ) submissions from January 24, 2025, to January 28, 2025, at 5:00 PM MST, allowing contractors more time to provide necessary documentation, including a list of past performance references. The amendment outlines that the RFQ will be awarded based on lowest acceptable price to qualified small business contractors and adheres to FAR 13 Simplified Acquisition Procedures. Contractors are required to submit a quote that includes a Colorado Conveyance Inspector/Mechanics License, pricing information, and 3-5 references demonstrating past performance. Detailed instructions for submitting offers via email to MAJ Matthew Nulk are also provided. In summary, the document serves to modify existing solicitation timelines and clarify submission requirements for potential contractors, underscoring the U.S. Army Corps of Engineers' commitment to a thorough and fair procurement process.
Jan 18, 2025, 12:05 AM UTC
The document outlines a Request for Proposal (RFP) for a Firm Fixed Price service contract to provide maintenance and repair services for the Trinidad Dam Elevator in Colorado, detailing specifications from 2025 to 2029. The contractor is expected to furnish all necessary labor, materials, and equipment for routine maintenance, inspections, minor repairs, and compliance with state and federal safety codes. Key requirements include quarterly and annual inspections, emergency service provisions, and adherence to standards set forth by ASME codes. The contract emphasizes the importance of a Maintenance Control Program (MCP) and Quality Control Program (QCP) to ensure the timely and efficient execution of services. Additionally, it outlines security measures for contractors accessing federal property and the qualifications required for all personnel involved. A clear system for reporting and documentation, including Work Completion Reports and compliance with safety regulations, is mandated. In summary, the RFP aims to secure reliable elevator services that enhance operational safety and performance, showcasing the government’s focus on maintaining essential infrastructure while complying with regulatory standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Wilson Lock Dewatering Elevator and Man lift Rentals
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Nashville District, is seeking interested parties for the rental of one elevator and four telescopic boom man lifts for operations at the Wilson Main Lock Dam in Alabama. The procurement aims to identify businesses capable of providing, installing, and maintaining a 6000 lb. personnel hoist and 135 ft. boom lifts, with a rental period expected to last three months, including options for extension or emergency inspections due to flooding risks. This opportunity is crucial for ensuring safety and compliance with OSHA standards during maintenance operations at the dam. Interested contractors must submit a capabilities package by November 25, 2024, to Cierra Vega at cierra.r.vega@usace.army.mil or R. Scott Ellis at Robert.S.Ellis@usace.army.mil for consideration.
Tri Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is preparing to issue a Request for Quote (RFQ) for janitorial services at the Tri-Lake Project Office and Maintenance Building located in Littleton, Colorado. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to perform weekly cleaning services, primarily on Wednesdays during specified evening hours, with adjustments for federal holidays. This opportunity is set aside for small businesses under the NAICS code 561720 for Janitorial Services, with a base contract period from July 1, 2025, to June 30, 2026, and four optional extension years. Interested parties must register in the System for Award Management (SAM) to qualify for contract awards, and inquiries can be directed to the contracting officer, Euemduan Osmera, at euemduan.c.osmera@usace.army.mil. The solicitation is anticipated to open around April 18, 2025, and close on May 2, 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.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
Rio Puerto Nuevo Flood Control Project, Supplemental Contract 3: Channel Bottom and Wall Improvements located in San Juan, Puerto Rico.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Caribbean District, is seeking proposals for the Rio Puerto Nuevo Flood Control Project, specifically for Supplemental Contract 3: Channel Bottom and Wall Improvements in San Juan, Puerto Rico. The project involves significant construction work, including the widening and deepening of the existing channel, the construction of drilled shaft walls, dredging, and utility relocations, all aimed at enhancing flood control measures. This contract is crucial for improving the region's infrastructure and mitigating flood risks, with an estimated project value exceeding $500 million and a performance period of approximately 2,190 calendar days from the Notice to Proceed. Interested contractors should contact Jaclyn Yocum at Jaclyn.C.Yocum@usace.army.mil, and proposals are expected to be due around May 31, 2025, following the solicitation release on or about April 16, 2025.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Moncrief Army Health Clinic (MAHC) Elevator Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking contractors to provide comprehensive elevator maintenance services for the Moncrief Army Health Clinic (MAHC) located at Fort Jackson, South Carolina. The contract entails the provision of all labor, materials, and equipment necessary for the maintenance of ten elevators within the facility, ensuring operational efficiency and compliance with safety standards. This maintenance is critical for the clinic's operations, as reliable elevator service is essential for patient and staff mobility within the medical facility. The total estimated funding for this contract is approximately $22 million, with a total small business set-aside, and interested parties must submit their proposals electronically by the specified deadlines, including participation in a mandatory site visit scheduled for April 29, 2025. For further inquiries, contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil.
Keystone Lake Tainter Gate Repairs
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure safe and continuous operation, in accordance with the Performance Work Statement (PWS). This procurement is critical for maintaining operational safety and compliance with established safety codes, with a contract period starting from October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 22, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.