Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
ID: W912CN-24-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

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 proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a non-personal service contract focused on Preventive Maintenance and Repair (PMR) of various door systems at U.S. Army Garrison Hawaii. The services include maintaining 104 automatic and handicap doors and 1,117 grille and roll-up doors across multiple Army installations on Oahu. The contractor is responsible for all necessary personnel, equipment, supplies, and management to meet federal, state, and local regulations. Key objectives include ensuring quality maintenance while adhering to established performance standards, managing subcontractors effectively, and providing detailed reports and documentation of services rendered. The contractor must provide timely responses for emergency services and maintenance requests, with strict adherence to performance metrics prescribed in the RFP. Additionally, the document details security protocols and contractor responsibilities, including employee training requirements, safety measures, and quality control procedures. The overarching aim is to ensure that all maintenance work meets established quality standards in a timely and efficient manner, thus supporting the operational integrity of Army facilities.
    The document outlines a comprehensive inventory for the semi-annual preventative maintenance of grille and roll-up doors at various military facilities, primarily located at Schofield Barracks, East Range, Wheeler Army Airfield, Fort Shafter, Tripler Army Medical Center, and Aliamanu Military Reservation. It details the dimensions, types (manual, electric), and numbers of doors across these locations, including specific building codes and characteristics. A total of 1,117 doors have been cataloged, with substantial focus on ensuring functionality and safety, crucial for operational readiness. The systematic approach exemplifies adherence to maintenance standards required in government contracts, highlighting the importance of scheduled inspections to prevent operational failures. Additionally, the wide spectrum of door types accentuates diverse needs across facilities, contributing to strategic resource allocation for maintenance funding and planning. Overall, this document serves as a foundational element in compliance with federal guidelines for facility management and operational integrity within military installations.
    The document outlines the quarterly preventive maintenance requirements for handicap doors across various locations, primarily at Schofield Barracks, but also includes Wheeler and Fort Shafter. It lists a total of 94 doors of different models and functionalities, specifying the location, building number, door type, and quantity for each instance. Key door models mentioned include Gyro-Tech, Besam, and LCN, among others, showing a mix of swinging and sliding door types. The purpose of this document is to ensure regular maintenance of these doors to facilitate accessibility and compliance with safety standards. By cataloging these doors in a structured manner, the document serves as a crucial resource for contractors and maintenance personnel involved in the upkeep of these facilities, highlighting the federal government's commitment to maintaining functional and accessible infrastructure for individuals with disabilities.
    The document details the monthly maintenance requirements for automatic doors at various locations within Schofield Barracks. It lists ten doors, including types such as Stanley Sliding Double, BWN Sliding Door, Sentry Sliding Door, Horton Sliding Door, Sierra Sliding Door, and LCN Double Swing. The maintenance is specifically outlined for buildings numbered 557, 560, 2069, 2091, 2107, 2624, and 3320, with specific quantities assigned to each door type. The purpose of this document appears to be part of a larger government Request for Proposal (RFP), focusing on ensuring the proper upkeep of these automatic doors to maintain safety and functionality within military facilities. This systematic approach to maintenance is essential for operational readiness and compliance with safety regulations in federal installations.
    The document is a Demand Maintenance Order (DMO) sample, detailing work requests related to maintenance issues for specific equipment, primarily roll-up doors in various facilities. The file includes pertinent information such as the order number, job creation date, specific location of the equipment, and a description of the work needed due to malfunctioning doors that either cannot open or roll up effectively. Each work order contains points of contact, risk assessments, labor and equipment codes, and tracking of the job's completion status. The request captures evaluation criteria for service quality, including timeliness, staff attitude, and overall customer satisfaction. It also indicates material usage and includes signatures from technicians and the customer upon job completion, signifying satisfaction with the work performed. This document exemplifies the structured process of maintenance orders in government facilities, highlighting accountability, service evaluation, and compliance with operational standards. Overall, the DMO serves as both a work request and documentation of service quality within a governmental maintenance context, aligning with regulations for federal and state maintenance operations.
    The document outlines a contractor's diagnosis report and cost estimate for maintenance and repair services related to a project, designated as TE # 5 Assessment and Routine Repair. It includes critical sections for the contractor's details, diagnosis findings, and a cost estimate breakdown for materials and labor. The contractor provides an estimated total for the job, factoring in costs for materials, labor, profit, overhead, and any assessment costs. Notably, the document indicates that material costs are based on actual expenses at the time of purchase and that subcontractor costs are fixed. The assessment and repair proposals emphasize the need for transparent communication regarding cost fluctuations. The emphasis on accurate cost estimation is vital for project planning, as discrepancies can arise between initial estimates and final charges. The assessment underscores the contractor's obligation to report ongoing performance and financial factors, which is essential in the context of federal and local RFPs, ensuring compliance and accountability in government contracting. Overall, this document serves as a critical tool for project cost management and operational transparency within government-funded initiatives.
    The document outlines the deliverables required under a technical service agreement related to preventive and demand maintenance procedures for government facilities. Specific tasks are identified by unique codes (A001 to A009), detailing the nature of each deliverable, frequency of submission, and target deadlines. Key deliverables include a monthly preventive maintenance (PM) schedule (A001) and reports detailing maintenance performed (A002), as well as the handling of demand maintenance orders (A004). Additional reports on equipment assessments (A003) and classification of repairs (A005) ensure informed decision-making regarding maintenance costs and equipment replacements. Timely communication is emphasized with requirements for weekly status reports (A007) and monthly invoicing (A009). The structured and timely reporting protocols indicate a focus on efficient operations and proactive management of facility maintenance, aligning with the standards expected in federal and state funding requests or proposals (RFPs). Overall, this document serves to formalize expectations and accountability for maintenance services within government operations.
    Similar Opportunities
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    OVERHEAD DOOR REPAIR SVC STAND ALONE CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide overhead door repair services under a Firm-Fixed-Price Contract at Fort Cavazos, Texas. The contractor will be responsible for maintaining and repairing approximately 50 overhead doors across various facilities, ensuring compliance with manufacturer specifications, safety standards, and relevant building codes. This procurement is crucial for maintaining the operational integrity of facilities that support around 65,000 occupants, reflecting the government's commitment to infrastructure maintenance while promoting small business participation. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Nora Cardenas at nora.c.cardenas.civ@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES, VARIOUS LOCATIONS, OAHU, HAWAII
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Hawaii, is seeking contractors to provide maintenance and repair services for Vertical Transportation Equipment (VTE) at various locations on Oahu, Hawaii. The procurement aims to ensure the operational efficiency and safety of VTE systems, which are critical for facilitating movement within facilities. Interested contractors should note that the solicitation falls under the NAICS code 238290, and the primary contact for inquiries is Julie Shimoda, who can be reached at julie.m.shimoda.civ@us.navy.mil or by phone at 808-474-9841. Further details regarding the solicitation timeline and submission requirements will be provided in the official solicitation documents.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Z--PERL Replace Damaged Hardware and Door Locks
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors to replace damaged hardware and door locks at the Pearl Harbor National Memorial, specifically targeting the replacement of 157 items. The project requires the contractor to provide all necessary management, tools, equipment, and labor to ensure that all doors are equipped with interchangeable key cores and new hardware as needed. This procurement is significant for maintaining the security and functionality of the memorial site, reflecting the government's commitment to preserving historical integrity while enhancing visitor experiences. Proposals are due by September 3, 2024, with the anticipated period of performance running from September 16 to November 15, 2024. Interested parties must ensure active registration in the System for Award Management (SAM.gov) and may contact Christine Tapp at christinetapp@nps.gov or 360-569-6501 for further information.
    Overhead Door Repair/Replace for Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    Door Services
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking Door Services for the operation and maintenance buildings in Saint Louis, MO (zip code: 63103), USA. The notice is a request for interested offerors with the technically ability and past performance to enter into a Blanket Purchase Agreement with the government. For more information, please contact Joseph Warby at joseph.d.warby@usace.army.mil or 3149255083.