PKA VTE Repair
ID: FA442724Q0180Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE60 CONSTRAVIS AFB, CA, 94535-2632, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a Firm Fixed Price contract for Vertical Transportation Equipment (VTE) repair services at Travis Air Force Base in California. The procurement aims to ensure the maintenance and repair of various types of VTE, including elevators and lifts, with a focus on compliance with safety standards and efficient operational capabilities. This contract is a total small business set-aside under NAICS code 811310, with proposals due by February 17, 2025, and a performance period of 180 days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be an incoherent compilation of corrupted text, lacking a clear structure or informative content. It includes various characters and symbols, suggesting that it might have undergone data corruption or loss of format. Consequently, key topics and ideas central to government RFPs, federal grants, or state/local RFPs are not identifiable. Given the context expected in such documentation, these files typically outline funding opportunities, program objectives, and requirements for submissions, including eligibility criteria, deadlines, and instructions for proposals. However, without clear information and context, it's impossible to extract actionable insights or summarize specific key points. The document, as presented, fails to provide any meaningful guidance or information regarding government contracts or grants. To effectively summarize a valid document related to RFPs or grants, it would be necessary to have clear language and identifiable topics that discuss project goals, applicants' requirements, and funding details. The availability of such coherent information would facilitate an accurate summary reflecting the essence of the actual content.
    The 60th Contracting Squadron at Travis Air Force Base has issued a Request for Quotation (RFQ) for the establishment of a Firm Fixed Price contract to provide Vertical Transportation Equipment (VTE) services for the 60th Civil Engineering Squadron. The RFQ, numbered FA442724Q0180, is a total small business set-aside. Proposals are due by February 7, 2025, at 4:00 PM PDT. Contractors are required to submit a technical approach along with pricing, indicating conformity with the solicitation's terms and all necessary documentation. The procurement encompasses various repairs including regular and emergency services, expected to occur over 180 days post-award. Evaluations will follow a Lowest Price Technically Acceptable (LPTA) method, where technical capability and price are significant determinants for contract award. The document outlines compliance requirements with numerous Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, reinforcing regulations that govern federal contracting. Interested offerors must confirm their registration on the System for Award Management (SAM) and adhere to specific submission guidelines. Overall, this RFQ represents a vital opportunity for small businesses in the commercial repair sector to serve the U.S. Air Force's operational needs.
    The 60th Contracting Squadron at Travis Air Force Base is seeking quotes for a Firm Fixed Price contract under Solicitation FA442724Q0180001 for Vertical Transportation Equipment (VTE) services, as indicated in the associated Performance Work Statement (PWS) dated December 6, 2024. The contract includes various labor requirements for repairs, with a total performance period expected to last 180 days after award. A total small business set-aside is specified under NAICS code 811310, with the site visit scheduled for February 7, 2025. Offerors must submit their quotations by February 17, 2025, capturing requirements for labor and materials provided in predefined CLINs. Evaluation will follow a Lowest Price Technically Acceptable approach, assessing both price and technical capability. Additionally, vendors must be registered in the System for Award Management (SAM) to qualify. The document outlines various compliance and regulatory measures, detailed submission guidelines, and contact information for further inquiries. Overall, this RFP illustrates the Air Force's commitment to sourcing reliable contractors for essential repair services, while ensuring adherence to federal acquisition regulations.
    The document presents a detailed inventory of various building equipment and installations, predominantly elevators and lifts, used across military facilities. Each entry includes specifics such as building identification, manufacturer, equipment type, capacity in pounds, and year of installation. Notably, the list encompasses different categories of elevators—ranging from life support to security systems—highlighting the diverse needs within military operations. The majority of installations recorded were made from the mid-1990s to the early 2010s, suggesting a focus on modernization and maintenance of critical infrastructure. Additionally, a separate list categorizes operational and maintenance classifications, indicating the importance of ongoing support for these systems. The file serves as a comprehensive resource for federal and local government RFPs and grants related to facility management and system upkeep, underlining the necessity of efficient operational capabilities in military environments. Overall, it reflects the government's commitment to ensuring that essential infrastructure remains functional and ready for service.
    The Performance Work Statement (PWS) outlines a contract for the repairs of Vertical Transportation Equipment (VTE) at Travis Air Force Base (TAFB), CA. The Contractor is responsible for all required personnel, equipment, and materials necessary to perform both emergency and non-emergency repairs on various types of VTE, including elevators and lifts, ensuring compliance with American Society of Mechanical Engineers (ASME) standards. The primary objectives include maintaining safe and functional VTE operation through regular inspections, repairs, and maintenance, with reports submitted to the Contracting Officer’s Representative detailing inspections and repairs needed. The Contractor must provide emergency repair services 24/7, including qualified personnel and sufficient parts inventory. Additionally, the PWS emphasizes security controls for access to government property and adherence to environmental regulations, including proper handling of hazardous materials. Overall, the document aims to ensure a systematic approach to maintaining VTE at TAFB, focusing on safety, compliance, and efficient operations while coordinating with the government’s procedural requirements. The PWS serves as a critical guide for contractors to meet established expectations and deliver quality service in support of government operations.
    The document addresses questions related to the maintenance and repair of elevators under a federal Request for Proposals (RFP). The specified hours for repairs were determined based on cost estimates and available funding, rather than prior diagnosis. Should repairs exceed those hours, independent negotiations will be necessary due to funding limitations. Currently, there are no active repairs planned as the elevators are under a preventive maintenance contract without additional repair provisions. Although there is an incumbent contractor providing maintenance, there is no existing repair contract. Bidders are not required to submit financial statements with their proposals; however, they must provide a CAGE code for small business verification. This information encapsulates the process and requirements related to the RFP, ensuring clarity for potential bidders regarding expectations and limitations.
    Lifecycle
    Title
    Type
    PKA VTE Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    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.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract involves comprehensive tasks including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valves to a like-new condition, with strict adherence to quality and safety standards. The F-15 Butterfly Valves are critical components for controlling cabin airflow in the aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit proposals by December 15, 2025, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil for further details.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.