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
    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
    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.
    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.
    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.
    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.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement includes comprehensive maintenance, repair, and inspection of vertical transportation equipment, ensuring compliance with ASME and OSHA standards, and requires the development of a Maintenance Control Program. This contract is critical for maintaining operational safety and efficiency of the base's elevator systems, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotations by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz or Jaclyn Fish via their provided email addresses.
    TW-25 Leased Vehicles with Drivers - Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a contract for leased vehicles with drivers in Trinidad and Tobago, with the procurement managed by the 410th Contracting Support Brigade. The contract will provide commercial rental vehicle services, requiring vehicles to be delivered full of fuel and include refueling throughout the contract period, spanning from April 4 to May 23, 2025. This service is crucial for supporting military operations in the region, ensuring efficient transportation for personnel. Interested parties are invited to submit a capability statement within 15 days of publication, and must be registered in the System for Award Management (SAM); however, funding is not currently available, and contract award is contingent upon future appropriations. For further inquiries, contact SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil or by phone at 210-295-1111.
    Industry Day for Walla Walla District Elevator Maintenance Services
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Walla Walla District, is hosting an Industry Day on March 11, 2025, to discuss Elevator Maintenance Services for various projects, including locks and dams in Washington and Oregon. The event aims to engage qualified firms capable of performing essential maintenance tasks, such as conducting site assessments, submitting certifications, and ensuring compliance with maintenance standards. This initiative is crucial for maintaining critical infrastructure and allows for industry feedback prior to a potential Request for Proposal (RFP) release. Interested companies must register by March 3, 2025, and can contact Victoria Conway at victoria.l.conway@usace.army.mil or 509-527-7449 for further information.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    Repair Tainter Valves at Various Locations
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to repair Tainter valves at various locations. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses in the Other Heavy and Civil Engineering Construction sector, as classified under NAICS code 237990. The repair of Tainter valves is crucial for maintaining the integrity and functionality of dams, ensuring safety and operational efficiency. Interested contractors can reach out to Tyler Godwin at tyler.l.godwin@usace.army.mil or by phone at 918-669-7281, or Dario Rissone at dario.m.rissone@usace.army.mil or 918-669-7109 for further details regarding the solicitation process.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs to the Baldhill Dam located in Valley City, North Dakota. The project aims to address critical structural deficiencies, including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, scheduled for execution during low water flow periods in late summer 2025. This initiative is vital for maintaining the safety and functionality of the dam, which plays a crucial role in flood control and water management within the Red River of the North River Basin. Interested small businesses must submit sealed proposals by March 11, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614.
    FY25 TCSC Main Channel and Turning Basin
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Galveston, is seeking contractors for the FY25 TCSC Main Channel and Turning Basin project in Galveston, Texas. This procurement involves maintenance and construction services related to dredging facilities, classified under the NAICS code 237990. The work is crucial for ensuring navigational safety and operational efficiency in the region's waterways. Interested contractors can reach out to Sarah Eisele at Sarah.M.Eisele@usace.army.mil or by phone at 409-766-3036, or contact Traci Robicheaux at traci.d.robicheaux@usace.army.mil or 409-766-6306 for further details.
    TW-25 Bus Transportation - Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a contract for bus transportation services in Trinidad and Tobago, primarily to support US Army South operations. The contract will cover transportation from April 20 to May 18, 2025, including services at Piarco International Airport and local hotels for deployment and redeployment activities. This initiative is crucial for ensuring efficient movement of personnel and equipment, with the applicable NAICS code being 485113 and PSC code 2310. Interested vendors are encouraged to submit a capability statement within fifteen days for consideration, and registration in the System for Award Management (SAM) is required. It is important to note that funding for this project is not currently available, making the government's financial obligation contingent upon appropriated fund availability. For further inquiries, interested parties may contact SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil or by phone at 210-295-1111.
    FY25 USACE Galveston District, - Gulf Intracoastal Waterway, Texas Placement Area No. 118-A Improvements Dike Repair and Shoreline Erosion Protection
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Galveston District is seeking industry input for the Gulf Intracoastal Waterway, Texas Placement Area No. 118-A Improvements, specifically focusing on dike repair and shoreline erosion protection. The project entails replacing a drop outlet structure and constructing various dikes, revetments, and breakwaters, with an estimated construction budget ranging from $5 million to $10 million. This initiative is crucial for maintaining the integrity of the waterway and promoting environmental protection, while also encouraging participation from small businesses, including minority-owned firms. Interested parties must submit their responses by March 6, 2025, and be registered in SAM.gov to qualify for contract awards, with the anticipated solicitation release in April 2025 and contract awards expected by June 2025. For further inquiries, contact Teakeishia Sewell at teakeishia.m.sewell@usace.army.mil or Traci Robicheaux at traci.d.robicheaux@usace.army.mil.