Operational Lease of One Personnel Elevator
ID: N4523A25Q1301Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (W038)
Timeline
    Description

    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is conducting a sources sought notice to identify potential contractors for the operational lease of one personnel elevator for Dry Dock 6 in Bremerton, Washington. The selected contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to ensure the elevator's operational efficiency, including installation, maintenance, and emergency support for a lease period of up to twelve months. This procurement is crucial for facilitating personnel movement during vessel maintenance operations, ensuring compliance with safety standards and operational requirements tailored for an industrial environment. Interested companies should submit their notice of interest, including a completed capabilities questionnaire, to Nathan Grimm at nathan.c.grimm@navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil by the specified deadline, with the subject line "N4523A25Q1301 Sources Sought Response."

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to lease and manage a personnel elevator at Dry Dock 6 of the Puget Sound Naval Shipyard (PSNS) in Bremerton, Washington. The contract entails the provision of a temporary elevator to facilitate personnel movement during vessel maintenance and includes provisions for structural engineering design, transportation, installation, maintenance, and emergency support for a period of up to twelve months. Notably, the elevator must comply with specific safety standards and operational requirements tailored for an industrial environment. The PWS emphasizes quality control, adherence to federal holidays, security protocols, and coordination with ongoing shipyard operations. Detailed technical specifications for installation, seismic design criteria, and material compliance requirements are also provided. Moreover, the contractor is responsible for ensuring thorough inspections and maintenance throughout the lease duration while establishing a robust emergency support system. The document serves as a comprehensive framework to enable efficient elevator operation during key naval operations, reflecting the government's commitment to maintaining functionality and safety in support activities.
    The document is a Sources Sought Notice/Request for Information (RFI) seeking responses from companies for a potential acquisition related to the operational leasing of personnel elevators. It outlines the eligibility requirements under the North American Industry Classification System (NAICS) code 532490 and specifies small business size thresholds. The questionnaire solicits information on the company's qualifications, experience, past performance, and capacity to provide these services. Key questions focus on experience with operational leasing, technical capabilities, pricing structures, and timelines for service initiation post-contract award. The document encourages potential vendors to disclose any relevant documentation and special qualifications that might enhance service quality, especially within navy dry dock settings. This RFI serves to gauge industry interest and capabilities prior to a formal solicitation, underscoring the government's commitment to engaging capable suppliers for necessary services.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Elevator Support Unit (ESU) for East and West Coast Aircraft Carriers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Elevator Support Unit (ESU) contract, aimed at providing engineering, maintenance, training, and technical support for shipboard elevators and cargo handling systems on U.S. Navy aircraft carriers, specifically the CVN 68 and CVN 78 classes. The contractor will be responsible for a range of services including inspections, fault identification, technical guidance, and maintaining engineering evaluations, while ensuring compliance with safety and environmental standards, particularly in proximity to nuclear systems. This contract is critical for maintaining operational readiness and efficiency of naval systems, with a performance period expected to begin in FY2026 and lasting for five years. Interested parties should submit their responses by 2 PM EST on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Tyler Pacak, via the provided email addresses.
    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.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Lift Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is issuing a Special Notice for a procurement opportunity titled "Lift Support." This opportunity involves the maintenance and repair of shop equipment, as indicated by the NAICS code 238290 and PSC code 49. The goods and services sought are critical for ensuring operational efficiency and safety in naval facilities. Interested vendors can reach out to Contract Specialist Eleanor Phillips at eleanor.o.phillips.civ@us.navy.mil or call 843-218-5574 for further details regarding this opportunity.
    Overhaul/Repairs to HPACS #1, #2, #3, and #4
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), is seeking an Original Equipment Manufacturer (OEM) for the overhaul and repair of High Pressure Air Compressors (HPAC) 1, 2, 3, and 4, specifically for a CVN-68 class aircraft carrier. The project requires comprehensive maintenance to restore the compressors to OEM specifications, including detailed overhauls, operational testing, and compliance with security protocols, necessitating a minimum Confidential security clearance. This procurement is critical for maintaining the operational capabilities of naval assets, with the contract period set from January 6 to May 15, 2025, and all repairs to be completed by April 23, 2025. Interested parties must submit their interest and capability responses by September 20, 2024, to Brianna Webb at brianna.l.webb3.civ@us.navy.mil or Bailey Butler at bailey.a.butler2.civ@us.navy.mil.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    Firm Fixed Price (FFP), Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems in the U.S. Commander Fleet Activities Yokosuka (CFAY), Kanto Plain Area Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors for a Firm Fixed Price contract focused on the Preventive Maintenance Program and Service Orders for Vertical Transportation Equipment (VTE) Systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The primary objective is to identify experienced firms capable of providing maintenance, inspections, and certifications for VTE systems, including elevators and moving stairways, from April 2025 to March 2032. This procurement is crucial for ensuring the operational reliability and safety of vertical transportation systems within the CFAY base and its outlying areas. Interested parties must submit their qualifications and relevant information by October 1, 2024, to Ms. Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil, as this notice serves solely for market research and does not constitute a request for proposals.
    IX527 Barge Overhaul Sources Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential contractors for the IX527 Barge Overhaul, as outlined in a Sources Sought Notice. The project involves comprehensive work on the IX527 Barge, a specialized research asset permanently moored in Alaska, which includes dry docking, structural modifications, painting, piping and electrical system repairs, and safety upgrades, with availability scheduled from May 26 to July 6, 2025. This initiative aims to engage small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, to assess the feasibility of a set-aside acquisition while ensuring alignment with project requirements. Interested parties must submit their responses by September 23, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-469-6784 for further information.