Vertical Transportation Equipment Maintenance and Repair
ID: F2U3634150AW01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

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

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for vertical transportation equipment maintenance and repair services at Luke Air Force Base in Arizona. The contract, identified by requisition number FA488724R0018, requires the contractor to provide comprehensive management, labor, tools, and supplies to ensure the safe and efficient operation of elevators and escalators, adhering to relevant safety codes and standards. This full-service maintenance contract is crucial for maintaining operational readiness and safety at the base, with a performance period from October 1, 2024, to September 30, 2025, and options to extend through 2029. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by September 9, 2024, and direct all inquiries to the primary contacts, Sabastian Halstead and Jacqueline Aranda, via email.

    Files
    Title
    Posted
    The "AF Eagle Eyes Program" outlines categories of suspicious activities related to the Department of Defense (DoD) to enhance security awareness among personnel. Key categories include Acquisition of Expertise, which notes unjustified training in security or military tactics; Breach or Attempted Intrusion, highlighting unauthorized access attempts; and Eliciting Information, where suspicious inquiries are made about DoD operations. Other critical behaviors include Expressed or Implied Threats, unauthorized observations, and theft related to DoD assets. The document emphasizes the importance of reporting suspicious activities using the SALUTE acronym, which helps in detailing incidents. Additionally, the Giant Voice system is introduced as a military emergency communication tool at Luke Air Force Base, used to alert personnel in emergencies or natural disasters, ensuring safety and operational efficiency. Overall, the file serves as a guideline for identifying and reporting potential threats, reinforcing the importance of vigilance and proactive measures in safeguarding DoD installations and personnel.
    The Performance Work Statement (PWS) outlines the requirements for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Inspection Services at Luke Air Force Base. The contracted services encompass management, labor, and resources for the continuous and safe operation of VTE, including elevators and escalators, while adhering to multiple safety codes and standards. The contract emphasizes a full maintenance service model, where the contractor assumes complete responsibility for regular inspections and repairs, budgeting total yearly costs for ease of management. Excluded from the contract are alterations, cosmetic repairs, and damages caused by external parties or acts of God. The contractor is required to establish a Maintenance Control Program detailing inspection timelines, maintain a high VTE service availability of 95%, and ensure timely response to both routine and emergency service calls. Additionally, the contractor must comply with quality control standards, environmental regulations, and hazardous material handling guidelines. Overall, this PWS delineates the framework for reliable VTE operations at the base, ensuring adherence to safety and performance benchmarks while facilitating effective communication and coordination with government representatives.
    The document outlines a series of federal and state RFPs (Requests for Proposals) and grant opportunities aimed at various governmental entities. Its central purpose is to solicit proposals from eligible organizations for funding specific programs that enhance service delivery, infrastructure, social services, and environmental sustainability. Key ideas include guidelines for proposal submission, eligibility criteria, and expected outcomes tied to funding initiatives. Supporting details encompass a breakdown of project categories, budget considerations, deadlines, and compliance requirements necessary for successful applications. The document serves as a vital tool for fostering collaboration between government entities and organizations willing to deliver innovative solutions and services to community challenges. It emphasizes the importance of strategic partnerships, accountability, and measurable impact in funded projects, reflecting the government’s commitment to transparency and effective use of taxpayer resources.
    The Environmental Guide for Contractors at Luke AFB outlines essential obligations and responsibilities to ensure compliance with federal, state, and local environmental regulations during construction activities. Key aspects include managing hazardous materials, implementing dust control measures, and adhering to waste disposal guidelines. Contractors must complete Environmental Management System (EMS) training, submit necessary permits (e.g., for air quality and asbestos), and adopt practices that protect native wildlife and cultural resources. The guide specifies practices for various stages of construction, from pre-work preparations to post-project closure, emphasizing regular reporting on hazardous materials usage and construction debris management. Centrally, the guide emphasizes the importance of environmental stewardship, requiring that all contracting personnel are trained to meet these standards and that contractors ensure compliance among subcontractors. Inspection by the 56 Civil Engineer Squadron (CES) Environmental Office is mandated to maintain regulatory compliance. This document is critical for contractors engaged in projects at Luke AFB, reinforcing the government's commitment to environmental protection while executing successful construction projects.
    The document outlines a solicitation for full-service maintenance and repair of vertical transportation equipment at Luke Air Force Base (AFB), specifically elevators. The contract, identified by requisition number FA488724R0018, is set to cover the period from October 1, 2024, to September 30, 2025, with options to extend service through 2029. The contractor is required to provide management, tools, supplies, and labor to maintain the vertical equipment in accordance with the Performance Work Statement (PWS). Key services include regular maintenance, inspections, and repairs, with particular attention to the safety codes relevant to elevator systems. Additionally, the document mentions separate line items for “Over and Above” services not covered by the main contract. Throughout the process, inspections and invoice oversight will be coordinated by Mr. Garr Hatch, with stipulated guidelines for electronic invoicing through the Wide Area Workflow (WAWF) system. This solicitation emphasizes adherence to FAR clauses, ensuring compliance with federal regulations and promoting the utilization of small businesses, particularly women-owned and economically disadvantaged enterprises.
    The Performance Work Statement outlines the requirements for maintaining, repairing and inspecting vertical transportation equipment (VTE) across Luke Air Force Base. The goal is to ensure the safe and continuous operation of these systems, including freight and passenger elevators, escalators, and other related equipment. The contractor will be responsible for providing all necessary services, including emergency responses, using approved parts and adhering to relevant safety codes and government-furnished utilities. Their performance will be evaluated based on criteria such as VTE availability, response times for service calls, and the quality of repairs. The contract emphasizes the importance of quality control and environmental compliance, with detailed instructions for handling hazardous materials and asbestos. Appendices include site plans, equipment listings, and local requirements. The government will closely oversee the work, with the contractor coordinating closely with appropriate base personnel.
    Similar Opportunities
    Elevator Preventative Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Elevator Preventative Maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect the Vertical Transportation Equipment (VTE) at Scott Inn, ensuring continuous and safe operation. This contract is crucial for maintaining the functionality and safety of elevator systems, which are vital for daily operations at the facility. Interested small businesses must submit their quotations by September 17, 2024, and can direct inquiries to Contract Specialist Tymera Washington at tymera.washington@us.af.mil or by phone at 618-256-4475.
    Luke AFB - Furniture, Fixtures and Equipment (FF&E)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of furniture, fixtures, and equipment (FF&E) for Building 840 at Luke Air Force Base. The contract encompasses the supply, delivery, and installation of various furniture and appliances, with a focus on meeting specific military standards and operational needs. This initiative is crucial for furnishing a facility that supports the 312th Fighter Squadron, ensuring a functional and comfortable environment for personnel. Interested vendors must submit their proposals via email by September 19, 2024, and are required to attend a mandatory pre-proposal site visit on August 16, 2024. For further inquiries, contact SSgt Zachary Farel at zachary.farel@us.af.mil or TSgt Terrel Cloud at terrel.cloud@us.af.mil.
    Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for ensuring the safe and continuous operation of various types of VTE, including elevators and lifts, by providing all necessary personnel, equipment, and supervision in compliance with established safety standards and regulations. This procurement is critical as these services are designated as a Mission Essential Function, underscoring their importance for operational efficiency at military installations. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The procurement aims to ensure the safe and efficient operation of two types of elevators—geared traction and hydraulic—installed in 2009, requiring routine inspections, preventive maintenance, and repairs in accordance with manufacturer specifications. This contract, which spans from January 1, 2025, to December 31, 2029, emphasizes the importance of maintaining operational safety and compliance with federal regulations. Interested vendors must submit their proposals by October 1, 2024, and direct any inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    WSD CVD ELEVATOR MAINTENACE/SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified contractors for elevator maintenance and service at two locations: Coyote Valley Dam in Ukiah, CA, and Warm Springs Dam in Geyserville, CA. The procurement includes elevator inspections, testing, certification, preventive maintenance, repair, and emergency service calls, with the intent to award a Firm Fixed Price Contract for a base year and three one-year options. This contract is crucial for ensuring the operational reliability and safety of the elevators at these facilities, which are vital for infrastructure management. Interested parties must be registered in the System for Award Management (SAM) and monitor the sam.gov website for updates, with the solicitation expected to be published around September 16, 2024. For further inquiries, contact James Neal at james.neal@usace.army.mil or Suntok Mcguinness at suntok.mcguinness@usace.army.mil.
    Elevator Maintenance Services, MA and RI
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking qualified contractors to provide Elevator Maintenance Services for several military facilities located in Massachusetts and Rhode Island. The procurement aims to ensure that elevators are maintained in full compliance with local building codes and operational standards across designated sites, which include various Army Reserve Centers and Air Force Reserve Centers. This contract will be awarded as a firm-fixed-price agreement, consisting of a 12-month base period with four optional 12-month extensions, and requires interested vendors to be registered in the System for Award Management (SAM). Proposals must be submitted by 2:00 PM EST on September 18, 2024, with inquiries directed to Nelia Shyshak at nelia.shyshak.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil.
    Elevator Maintenance Services - Region A3 (NH014, NH018, VT007, VT012)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking contractors to provide Elevator Maintenance Services for multiple facilities in New Hampshire and Vermont under Solicitation W15QKN-24-R-5068. The contract encompasses a non-personal services agreement requiring the contractor to supply all necessary personnel, tools, and materials to maintain elevators in compliance with applicable regulations, with a performance period consisting of one base year and four optional twelve-month extensions. This initiative is crucial for ensuring the operational safety and efficiency of military infrastructure, reflecting the government's commitment to maintaining high standards in facility management. Interested contractors must submit their proposals by the extended deadline of September 18, 2024, at 2:00 PM EST, and should direct inquiries to James Clark at james.e.clark773.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov for further information.
    The Defense Commissary Agency (DeCA) stores located at Luke AFB and Hill AFB have a need for Preventive Maintenance (PM) and Unscheduled Repair Services of Miscellaneous Food Processing Equipment (MFP)
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking qualified contractors to provide Preventive Maintenance (PM) and Unscheduled Repair Services for Miscellaneous Food Processing Equipment (MFP) at Luke Air Force Base (AFB) and Hill AFB. The procurement aims to ensure the operational reliability and safety of food processing equipment through regular maintenance and prompt repairs, adhering to Original Equipment Manufacturer (OEM) standards and compliance with local, state, and federal regulations. This initiative is critical for maintaining the efficiency and safety of food services within military commissaries, supporting the overall mission of the Department of Defense. Interested parties must submit their quotes by 4:00 PM EST on September 27, 2024, to Tammy Torres and Evelyn Settles via email, with all proposals remaining valid for 90 calendar days post-submission.