Elevator Maintenance Services Sall Lake City, UT
ID: 697DCK-24-R-00561Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for the maintenance of the Salt Lake City Air Route Traffic Control Tower elevators. It specifies the contract number, solicitation number, and details from the Federal Aviation Administration (FAA), including key contact information. The main task is defined as providing elevator maintenance services over a five-year period, starting from January 1, 2025, with identified option years extending through December 31, 2029. The document includes essential clauses regarding contract terms, representations, and evaluations for award, emphasizing the importance of compliance with the System for Award Management (SAM) and prohibitions on certain business operations. It highlights requirements for contractors, such as service continuity during national emergencies, certifications regarding non-segregated facilities, and certifications related to steel and manufactured goods' origin. The solicitation ensures uniform compliance, outlines registration requirements, payment protocols, and regulations surrounding electronic invoicing. The focus remains on ensuring seamless, compliant operations in pursuit of improved public safety and infrastructure integrity, reflecting governmental priorities and procedural standards in federal procurement.
    This document serves as an amendment to a solicitation related to a contract administered by the Federal Aviation Administration (FAA). Specifically, it is labeled as Amendment 0001 and becomes effective on August 29, 2024. The amendment pertains to the changes in the Scope of Work (SOW), which now removes references to Contracting Officer Representative (COR) and invoicing instructions, while all other terms of the solicitation remain unchanged. The period of performance for the contract is specified as January 1, 2025, to December 31, 2025. The amendment stipulates that offers must acknowledge receipt of this amendment prior to the specified hour and date to avoid potential rejection. It emphasizes the necessity for contractors to submit their acknowledgment through various stated methods. Overall, the document reflects administrative adjustments meant to clarify and update terms under the federal procurement requirements, maintaining compliance and transparency in government contracting processes.
    This document is an amendment to a government solicitation, specifically Amendment 0002 for contract 697DCK-24-R-00561, issued by the Federal Aviation Administration (FAA). The amendment addresses vendor inquiries and extends the deadline for submissions, indicating that offers must acknowledge receipt of this amendment as stipulated. The contract’s effective period spans from January 1, 2025, to December 31, 2025. The amendment's key purpose is to provide clarity on vendor questions and ensure compliance during the procurement process, emphasizing the importance of timely acknowledgment of the amendment. All existing terms and conditions remain unchanged except where modified. This document is integral to maintaining transparency and facilitating communication between the FAA and potential contractors in federal contracting processes.
    The FAA solicitation 697DCK-24-R-00561 addresses vendor inquiries regarding the provision of services currently being managed through a purchase card from Kone, Inc. The document clarifies that there is no prior formal contract associated with these services. The key focus is on transparency in vendor communication, specifically regarding the incumbent service provider and the absence of previous contract amounts, which is common in federal RFP processes to ensure participants have a clear understanding of the existing contractual landscape. This solicitation represents the FAA's efforts to streamline vendor engagement and maintain clarity in government procurement practices.
    The Statement of Work (SOW) outlines requirements for elevator maintenance at the Salt Lake City Air Traffic Control Tower, emphasizing pro-active preventive care to ensure safe and efficient elevator operations. The contractor is responsible for providing all necessary labor, materials, and supervision while conforming to manufacturer specifications for the equipment, which includes a ThyssenKrupp geared traction elevator and a US Elevator hydraulic elevator. The contract spans from October 1, 2024, to September 30, 2025, with routine services scheduled during normal business hours. Major repairs exceeding $250 are not covered under this agreement and must be approved separately. The contractor must be licensed in Utah, provide a Maintenance Control Plan, and maintain compliance with all safety regulations. Maintenance activities include regular inspections, tests, and minor repairs, with larger repairs needing prior government approval. The contractor must manage all materials and ensure they are high quality and suitable for their intended use. The government reserves the right to audit services and requires regular reporting of maintenance history. Overall, the document encapsulates the government's desire for consistent and efficient elevator operations at its facilities, reinforcing its commitment to operational safety and compliance through well-defined contractual obligations.
    The file outlines various processes related to federal and state/local Requests for Proposals (RFPs) and grants. Its primary focus is on guiding organizations through the intricacies of securing funding and support from government entities. It emphasizes the importance of aligning project proposals with specific government priorities, encouraging applicants to address community needs effectively. The document highlights essential components of successful proposals, including clear project objectives, budget justifications, measurable outcomes, and adherence to federal guidelines. Key ideas include the necessity of conducting thorough research on funding opportunities, understanding eligibility requirements, and maintaining compliance with reporting and accountability standards. Additionally, the document stresses the importance of collaboration among applicants and stakeholders to enhance project impact and viability. The overall aim is to provide a comprehensive framework for organizations seeking government support, thus facilitating the effective allocation of resources to address public needs. By adhering to the outlined strategies, applicants can better position themselves to receive funding and ultimately contribute to community improvement efforts.
    The Contractor Staffing Access Questionnaire is designed to ascertain the access requirements for employees of potential contractors working with the FAA, facilitating appropriate security investigations and badging as part of the contract award process. The questionnaire requests detailed information about the estimated number of employees, their positions, and their need for access to FAA facilities, computer systems, and sensitive unclassified information. For each identified labor category, contractors must provide specifics, including whether employees will require routine access to FAA facilities (more than one day per week for over 180 days), access to FAA networks, and handling of sensitive materials. Additional labor categories can be included as necessary. This systematic approach aims to ensure that any potential security risks are identified and managed effectively, in line with the federal government's regulatory requirements for contractors.
    This document outlines the procurement schedule for an upcoming federal project, initiated by the Federal Aviation Administration (FAA). A site visit is scheduled for September 12, with registration required by September 10 for those intending to participate, although attendance is not mandatory to submit a proposal. Vendors are instructed to direct any questions via email to the contracting officer (CO) or contracting specialist (CS) by September 17. The final proposals must be submitted by October 1, ensuring all communication is conducted through email to maintain fairness. This document sets clear deadlines and instructions for interested vendors, reflecting standard practices in government RFP processes to facilitate transparency and competitive bidding.
    The Statement of Work (SOW) aims to procure elevator maintenance services for the Salt Lake City Air Traffic Control Tower. The contractor is responsible for providing all necessary labor, materials, and supervision to maintain two types of elevators, a geared traction and a hydraulic system, each installed in 2009. Services include routine inspections, preventive maintenance, and repairs while adhering to the manufacturer's specifications. Major repairs exceeding $250 are excluded from the agreement, with any warranty concerns needing government approval. The contractor must hold a valid Utah state license and submit a Maintenance Control Plan outlining preventative maintenance schedules. Key tasks include standard operational checks, compliance with safety regulations, and maintaining official logs, with performance evaluations based on consistent operation and efficiency. Routine work will occur during specified government hours, and the contractor is required to provide after-hours service for equipment malfunctions. The government retains the right to audit services and expects adherence to all relevant codes. The overall goal is to ensure safe and efficient elevator operations while extending the equipment's lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to perform various exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT) in Utah. The project involves providing labor, materials, and equipment necessary for the repairs, which must be executed in compliance with detailed specifications and drawings provided in the solicitation documents. This procurement is crucial for maintaining the operational integrity and safety of air traffic control infrastructure, ensuring that the facility remains functional and secure. Interested vendors should note that the estimated contract value ranges from $100,000 to $200,000, with proposals due by September 19, 2024, at 12 PM MST. For further inquiries, potential offerors can contact Angela Layman at angela.layman@faa.gov.
    Elevator Maintenance Market Research
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting market research to identify potential elevator maintenance vendors interested in providing services for its facilities across the United States. The FAA emphasizes the critical nature of elevator maintenance, as many of its Air Traffic Control Facilities rely on a single elevator, and any malfunction necessitates that Air Traffic Controllers ascend multiple flights of stairs, which can pose significant challenges. Interested vendors are encouraged to submit their company information, including contact details and service areas, to Jennifer J. Davis at jennifer.j.davis@faa.gov, as this initiative aims to gauge interest and capabilities for future solicitations. This opportunity is set aside for small businesses under the SBA guidelines, and while participation does not guarantee a contract, it is a vital step in the procurement process.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal in Illinois. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards for the Army's infrastructure, supporting approximately 6,500 personnel. Proposals are due by 12:00 PM CST on October 16, 2024, and interested contractors should contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or 520-693-0169 for further details.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    Janitorial-Elko, NV
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Elko System Support Center (EKO SSC) located in Elko, Nevada. The procurement is a firm-fixed price contract with a base period of performance from January 1, 2025, to December 31, 2025, and includes four optional one-year extensions. This contract is crucial for maintaining cleanliness and operational efficiency within FAA facilities, ensuring compliance with federal standards for service contracts. Interested contractors must register for a site visit by September 26, 2024, and submit their proposals by October 24, 2024. For further inquiries, potential bidders can contact Melinda Davis at Melinda.Davis@faa.gov or Darnell Shelton at darnell.a-ctr.shelton@faa.gov.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Market Survey: The Federal Aviation Administration (FAA) has an upcoming requirement for crane support services with operator at the CVG ATCT TOWER in Erlanger, KY 41018.
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for crane support services with an operator at the CVG Airport Traffic Control Tower in Erlanger, Kentucky. The primary objective is to facilitate the replacement of sixteen cab glass windows, requiring a mobile crane to adhere to specific height and weight constraints during the project scheduled from November 5 to November 20, 2024. This procurement is critical for maintaining airport operations and infrastructure integrity, emphasizing the need for precise planning and coordination in crane operations. Interested vendors must submit their capability statements by September 19, 2024, at 4:00 PM CDT, to Bryon Nolan at bryon.r.nolan@faa.gov, including the Market Survey Identifier 6973GH-24-CVG in the email subject line.