Elevator Maintenance
ID: W911KF-25-Q-0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Other Building Equipment Contractors (238290)

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, specifically the Department of the Army, is soliciting offers for elevator maintenance services at the Anniston Army Depot (ANAD) in Alabama. The procurement involves routine preventative maintenance for four elevators, including one passenger elevator and three additional models, over a base year with the possibility of four option years. This maintenance is crucial for ensuring the safety and reliability of elevator operations at the depot, adhering to the ASME Code A17.1 for safety inspections and certifications. Interested contractors must submit their proposals electronically by 10:00 AM on March 5, 2025, and can contact Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.

    Files
    Title
    Posted
    The government requires routine preventative maintenance (PM) for four elevators at the Anniston Army Depot (ANAD), covering a base year and four optional years. The maintenance will include one passenger elevator and three additional elevators, encompassing specific models located in various buildings. The contractor must adhere to the ASME Code A17.1 for safety inspections and certifications and is responsible for coordinating the PM schedule with the Contracting Officer’s Representative (COR). Monthly maintenance tasks will involve providing all necessary parts and labor, including inspections, lubrication, adjustments, and replacements of key components. Additionally, after each PM session, the contractor must submit a report to both the COR and the Contract Administrator. However, there are exclusions regarding components that the contractor is not responsible for, such as cab doors and certain electrical elements. This contract is important for ensuring the safety and reliability of elevator operations at the depot, reflecting standard practices in federal contracts for maintenance services.
    The document outlines the requirements for proving authority to sign offers in the context of federal and state RFPs (Requests for Proposals). It delineates the need for certification of authority for individuals representing various types of business entities, including corporations and partnerships. For corporations, a specific certificate signed by the Secretary certifying that the individual has the authority to bind the corporation is necessary, while partnerships require a similar certification from all members. The document emphasizes compliance with the solicitation provision in Section I titled “Signature Authority,” specifying that sole proprietorships are exempt from this requirement. This information is crucial for ensuring that those submitting offers on behalf of an entity are legally authorized to do so, thereby maintaining the integrity of the bidding process in government contracting.
    The document outlines the pre-registration workflow for visitors accessing a secured installation. Visitors begin by registering via a generic link, submitting their data for review by the Visitor Control Center (VCC) personnel. Upon submission, VCC staff process the data for ID verification and background checks. If all checks are clear, the visitor receives a text notification with pass approval details, including specific access dates. In cases where background checks return negative results, relevant information is flagged for VCC review, potentially leading to pass denial. The visitor is then instructed to contact the VCC for further steps. Approved visitors can access the installation using either a driver’s license or printed pass, which is validated upon first scanning at the site. It is noted that VCC personnel must possess CJIS certification to access and review visitor data. This workflow illustrates the government’s efforts to streamline visitor management and ensure security protocols are rigorously followed within sensitive installations.
    The solicitation W911KF25Q0018 seeks offers for maintaining four elevators at the Anniston Army Depot (ANAD) with a focus on routine preventative maintenance for a base year and up to four option years. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), adhering to guidelines regarding registration in the System for Award Management (SAM). The document outlines important compliance requirements including past performance evaluations, safety regulations, contractor responsibilities, security protocols for personnel, and insurance mandates. Additionally, contractors must ensure their operations conform to environmental regulations and safety standards as specified by the Army's guidelines. Bids must be submitted by 10:00 AM on March 5, 2025, with a contract award anticipated thereafter. The inclusion of various clauses, notably concerning telecommunications equipment and employee safety, indicates a thorough expectation for compliance and accountability from potential contractors. This RFP demonstrates the Army's commitment to operational integrity and ensuring a safe working environment at ANAD.
    Lifecycle
    Title
    Type
    Elevator Maintenance
    Currently viewing
    Solicitation
    Similar Opportunities
    DDAA Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution facility in Anniston, Alabama. The contract encompasses a base year with four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance in compliance with Original Equipment Manufacturer (OEM) standards. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, which support the logistical needs of the DLA. Interested contractors must submit their proposals by March 4, 2025, with questions due by February 27, 2025. For further information, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418. The estimated total contract value is $74,000 over multiple years.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for elevator maintenance services at the Moncrief Army Health Clinic in Fort Jackson, South Carolina. The contract requires the contractor to maintain ten elevators, ensuring they are fully operational at all times, while adhering to standards set by the Joint Commission and other relevant regulations. This procurement is critical for maintaining the safety and reliability of essential health service infrastructure, with specific requirements including a quality control plan, timely service response, and a local service presence. Interested parties can contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    Ramey School Elevator Maintenance
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking industry input for freight elevator maintenance services at the Ramey School in Aguadilla, Puerto Rico. The anticipated contract will cover preventive maintenance and emergency repairs for a Dorver freight elevator, with a base period from August 1, 2025, to July 31, 2026, and four additional one-year option periods. This initiative is crucial for maintaining operational standards in educational infrastructure that serves over 72,000 students globally. Interested small businesses must submit their responses by February 28, 2025, to Emani Gray at emani.gray@dodea.edu or James Higgins at james.higgins@dodea.edu, and all submissions will be treated confidentially.
    ANC Gate & Overhead Door Maintenance Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance services of gates and overhead doors at Arlington National Cemetery (ANC) in Virginia. The contract, which is a total small business set-aside, requires vendors to provide comprehensive preventive maintenance and emergency repair services for 13 gates and 52 overhead doors, ensuring at least 95% operational efficiency throughout the contract duration. This opportunity is critical for maintaining the functionality and security of a high-profile federal facility, emphasizing the importance of quality assurance and compliance with safety and national security regulations. Interested contractors must submit their proposals by March 10, 2025, and are encouraged to attend a mandatory site visit on February 24, 2025. For further inquiries, potential bidders can contact Kiara Johnson at kiara.johnson3.civ@army.mil or Oswald Pascal at oswald.pascal.civ@army.mil.
    DES Fire Extinguisher Service and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire extinguisher service and maintenance at the Anniston Army Depot in Alabama. The procurement encompasses the maintenance, refilling, and disposal of up to 1,000 fire extinguishers, with a focus on compliance with NFPA 10 standards and the provision of necessary materials and equipment over a base period and four option years. This contract is particularly significant for ensuring fire safety compliance within federal facilities, emphasizing the importance of reliable service providers, especially those that are small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals electronically by February 21, 2025, and can direct inquiries to Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil.
    DC Torque Tool Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a maintenance and calibration contract for DC Torque Tools at the Anniston Army Depot in Alabama. The procurement includes a base year with four optional years, requiring annual preventative maintenance, on-site evaluations, and compliance with OEM specifications, along with the capability for emergency repairs. This contract is critical for ensuring the operational readiness of essential tools used by the Army, emphasizing the importance of reliable maintenance services to support government operations. Interested parties should contact Reese Wells at christopher.r.wells36.civ@army.mil for further details regarding this opportunity.
    19SA4025R0005 Solicitation PM Service Elevators
    Buyer not available
    The Department of State is soliciting proposals for elevator maintenance services at the U.S. Consulate General in Jeddah, Saudi Arabia, under solicitation number 19SA4025R0005. The contract, structured as a firm fixed price agreement, aims to ensure the safe, reliable, and efficient operation of four building elevators through routine maintenance, emergency call-back services, and a comprehensive maintenance agreement that covers parts, materials, and labor, excluding damages from misuse. This procurement is critical for maintaining operational efficiency and safety standards at the consulate, with an initial performance period of 12 months and the option for four additional one-year extensions. Interested contractors can reach out to Fawad Muneer at muneerf@state.gov or Mohammed Obaid at obaidma@state.gov for further details.
    J036--Elevator Preventative Maintenance and Repair - SAVAHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator Preventative Maintenance and Repair services at the Southern Arizona VA Health Care System located in Tucson, Arizona. The objective of this procurement is to identify contractors capable of delivering maintenance, inspection, and emergency services for various types of elevators and dumbwaiters, ensuring compliance with established safety codes and manufacturer specifications. This opportunity is particularly significant as it emphasizes the government's commitment to utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for this contract, with responses due by February 24, 2025. Interested parties must submit a capability statement and ensure they are registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA) for veteran business status; for further inquiries, contact Contract Specialist Mirna Gastelum Romero at Mirna.GastelumRomero@va.gov.
    Maintenance and Repair of Fire Alarm Systems - USAG Ansbach
    Buyer not available
    The Department of Defense is soliciting proposals for the maintenance and repair of fire alarm systems at the U.S. Army Garrison Ansbach in Germany. The contract encompasses preventive maintenance, emergency repairs, routine repairs, and the supply of replacement parts, ensuring compliance with federal and local safety standards. This procurement is critical for maintaining operational safety and regulatory compliance within military facilities, reflecting the government's commitment to high safety standards. Proposals are due by 10:00 AM on February 21, 2025, and interested parties should contact Evelyn Butter at evelyn.butter.ln@army.mil for further information.