USCG Base Cape Cod Elevator Maintenance and Inspection
ID: 31125PR250000134Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CAPE COD(00052)BUZZARDS BAY, MA, 02542, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

FREIGHT ELEVATORS (3960)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting quotations for elevator maintenance and inspection services at Base Cape Cod in Buzzards Bay, Massachusetts. The procurement requires qualified contractors to perform semi-annual inspections, preventive maintenance, and necessary repairs on multiple hydraulic elevators and a dumbwaiter, adhering to OSHA standards and Massachusetts regulations. This contract is crucial for ensuring the safe and efficient operation of the elevator systems within the base, with a completion timeline of 45 days post-notice to proceed and a one-year warranty on major components. Interested parties should contact Jeremy Frye at jeremy.d.frye@uscg.mil or 804-938-8124 for further details, and a site visit is scheduled for March 28, 2025, at 0930.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) issued by the USCG Air Station Cape Cod, inviting suppliers to submit quotations for inspecting the elevators at the USCG Base Cape Cod according to a specified Statement of Work (SOW). It outlines essential details, including the quotation due date, a reference number, and contact information for inquiries. Key sections include the description of the supplies/services required, quantity, pricing information, and provisions regarding domestic supply origins. The RFQ clarifies that submitted quotations are not offers, and participation does not obligate the government to incur any costs or enter into a contract. The document adheres to standard federal procurement regulations and emphasizes the need for compliance with attached representations and certifications. Overall, the RFQ facilitates procurement for necessary inspection services while ensuring adherence to federal guidelines.
    The document outlines the Statement of Work for elevator maintenance and inspection services required at four buildings within the USCG Base Cape Cod in Bourne, MA. The contractor is responsible for providing personnel, tools, and materials necessary for these services, which include semi-annual inspections, preventive maintenance, cleaning, lubrication, and necessary repairs for multiple hydraulic elevators and a dumbwaiter. Key requirements include conducting thorough inspections by licensed technicians following designated safety and regulatory frameworks, including OSHA standards and Massachusetts regulations. The contractor must ensure proper documentation of all work performed, including daily logs and maintenance reports, while adhering to environmental compliance and safety standards. Additionally, the contractor is accountable for handling hazardous materials and protecting government property during operations. Work hours are specified, alongside the need for a pre-construction meeting and necessary security clearance checks for personnel. The contract mandates completion within 45 days after the notice to proceed, with a warranty period of one year for major components. Overall, this RFP is designed to ensure the efficient and safe operation of elevator systems while maintaining compliance with federal and state regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Combined Pest Control
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide pest control services at Base Cape Cod in Buzzards Bay, Massachusetts, under a contract that spans a base year from January 1, 2026, to December 31, 2026, with four additional option years. The contract requires a Massachusetts-licensed contractor to conduct scheduled monthly and quarterly pest inspections and treatments, as well as unscheduled emergency treatments, with an emphasis on non-chemical pest management techniques and compliance with environmental regulations. This procurement is critical for maintaining a safe and pest-free environment at the base, ensuring adherence to local, state, and federal laws, including those from the EPA and Massachusetts Department of Agricultural Resources. Interested vendors must submit their quotes by December 22, 2025, and include required documentation such as technical plans, past performance references, and proof of liability insurance. For further inquiries, vendors may contact Jessica Bonham at jessica.l.bonham@uscg.mil.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs to the Incinerator and Oily Water Separator (OWS) System on the USCGC CALHOUN (WMSL 759). The procurement involves comprehensive repair specifications, including Level II maintenance, inspections, and compliance with federal, state, and local regulations for waste disposal and safety. This project is critical for ensuring the operational readiness of the vessel, which plays a vital role in Coast Guard missions. Proposals are due by December 18, 2025, at 2:00 PM Eastern Time, with the contract period running from January 12, 2026, to March 3, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further information.
    Elevator Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    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.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.