Repair NPS Dorms Elevators
ID: FA301025R0024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of elevators in the NPS Dormitories at Keesler Air Force Base in Biloxi, Mississippi. This project, designated as MAHG 23-1016, is set aside for Service-Disabled Veteran-Owned Small Businesses and has an estimated construction value between $1,000,000 and $5,000,000. The work involves comprehensive repairs and upgrades to elevator systems, including the installation of new, non-proprietary components, and must be completed within 540 calendar days after the award, with a mandatory site visit scheduled for August 11, 2025. Proposals are due by September 5, 2025, at 11:00 AM CST, and interested contractors should direct inquiries to Ty Le at ty.le@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for repairing elevators in seven dormitories at Keesler Air Force Base (AFB), Project #: MAHG231016. The contractor is responsible for providing all equipment, labor, supervision, and materials, adhering to federal, state, and local codes, including UFC 1_200_01_2022_c3, IBC, AFI, NAPA, NEC, and ABA. The project involves demolition of existing elevator components and installation of new, non-proprietary systems, including controllers, power units, car operating stations, and safety features. New construction also includes a sump pit and associated plumbing and electrical work. The contractor must manage waste, hazardous materials (if encountered), and storm water in accordance with Keesler AFB's environmental regulations. Performance time is 540 days, with work permitted from 7:00 AM to 5:00 PM on weekdays. The SOW details requirements for site maintenance, safety, permits, utility interruptions, and personnel passes. Deliverables include manufacturer warranties, operation manuals, and as-built drawings. Inspections will be conducted to ensure compliance and project completion.
    The document outlines the technical specifications for the "REPAIR NPS DORMS ELEVATORS" project at Keesler Air Force Base, Mississippi, under Project Number MAHG231016 and Solicitation FA301025R0024. It details requirements for cast-in-place concrete, joint sealants, porcelain tile, resilient flooring, and hydraulic passenger elevators. Key aspects include specific material standards (e.g., concrete mixtures, sealant types, tile specifications), installation procedures, quality assurance protocols, submittal requirements, and safety guidelines for each section. The elevator section, in particular, emphasizes compliance with ASME A17.1/CSA B44, NEII-1 standards, and comprehensive documentation for maintenance and operation, highlighting the project's focus on structural integrity, finishing, and critical infrastructure repair.
    The provided document, labeled "AS-BUILT DRAWING FOR REFERENCE ONLY" and associated with attachment FA301025R0024, repeatedly emphasizes that the contained drawings are exclusively for reference. Specifically, it mentions "AVERY HALL - AS-BUILT DRAWINGS FOR REFERENCE ONLY" and "AVERY HALL AS BUILT DRAWINGS FOR REFERENCE ONLY." The main purpose of this document is to clarify that the as-built drawings for Avery Hall are provided solely for informational purposes and should not be considered definitive or used for any other purpose than reference. This is crucial in the context of government RFPs, federal grants, and state/local RFPs, where precise documentation is essential, and distinguishing between reference and official documents is vital for compliance and project execution.
    The document, identified as Attachment 3 to solicitation FA301025R0024, is an "AS-BUILT DRAWING FOR REFERENCE ONLY." The repeated emphasis on "FOR REFERENCE ONLY" indicates that the drawing is not intended for construction or official use but rather serves as a historical or informational document. In the context of government RFPs, federal grants, and state/local RFPs, such drawings are often provided to offer background information on existing conditions or previous work, aiding bidders or grantees in understanding the project scope without implying the drawing's suitability for current design or construction. This document's sole purpose is to provide a reference point for interested parties, highlighting that it should not be relied upon as definitive or current engineering documentation.
    The document details the Keesler Air Force Base Sump Pump Plan (Project No. MAHG231016), a 100% design submittal for installing new sump pits in existing elevator pits at buildings B6950, B7315, B7320, and B7420 in Biloxi, MS. The project, managed by the 81st Civil Engineer Squadron, includes mechanical and electrical specifications for the submersible sump pump system. Key aspects involve tying new 2" sanitary pipes into existing 8" sanitary sewers, providing access doors for valves, ensuring watertight pipe penetrations with fire stopping, and coordinating work with other trades. Electrical notes emphasize field verification of dimensions, adherence to NEC, NFPA, and OSHA standards, and proper grounding. The plan outlines pump specifications, electrical connections, and applicable codes, including UFC and IBC, to ensure a complete and functional system.
    This government file outlines a Request for Proposal (RFP) for federal grants, specifically detailing requirements for submissions related to Attachment 5 and other unnamed attachments. The RFP emphasizes compliance with specified formats and content, including instructions for addressing various sections within the proposal. Key elements include the submission of bids, adherence to evaluation criteria, and the importance of precise documentation for all aspects of the proposed projects. The document also provides a breakdown of technical requirements and evaluation processes, ensuring that all submissions meet the necessary federal guidelines for grants and contracts. The structure suggests a comprehensive review process, with specific attention to detail and compliance, crucial for successful federal grant applications.
    The document outlines submittal procedures for government contracts, classifying them into "Contracting Officer Approval" and "Information Only." CO approval is required for critical items, while "Information Only" submittals are for general reference. Approval does not relieve the contractor of responsibility for errors. Disapproved submittals require prompt correction and resubmission. Contractors must submit all items on the Material Submittal Schedule (MSS) in triplicate, unless otherwise specified, ensuring compliance with contract requirements and proper certification. Submittals, including drawings, literature, test reports, and O&M manuals, must be complete and timely, especially for long lead-time items. The AF 3000 form is mandatory for all submittals, accompanied by a Buy American Act compliance certification. CO review times vary based on submittal type. Deviations from contract requirements must be clearly identified and will be considered "approval" actions. Payment for materials is contingent upon obtaining required approvals. "Information Only" submittals are marked "FIO" and may be reviewed or acknowledged. The contractor is responsible for ensuring materials and equipment meet contract requirements, even for "Information Only" submittals.
    This document is a "Schedule of Material Submittals" for Project Number 231016, titled "Repair NPS Dorm's Elevators," under Solicitation/Contract Number FA301025R0024. It outlines required material submissions from the contractor, including hazardous material questionnaires, MSDS, reporting forms, recycling and landfill reports, and manufacturer/contractor warranties. Specific construction-related submittals like cast-in-place concrete, joint sealant, tile, resilient flooring, general plumbing, hydraulic passenger elevators, sump and sump pump details, and interior distribution systems are also listed. Each item specifies the number of copies required, submission dates (e.g., 5 or 10 days prior to start date or following award, or end of contract), and approval statuses. The schedule ensures all necessary documentation and materials are submitted and approved in a timely manner for the elevator repair project.
    Addendum 1 to Contract FA301025R0024, dated August 26, 2025, details amendments for the "Repair NPS Dorm Elevators" project at Keesler AFB, Mississippi. Key changes include adding B6965 Foster Manor and B7404 Winters Manor for sump work only, with no interior or electrical upgrades. The contractor's access is limited to three facilities at a time, with subsequent facilities released upon 100% completion and government acceptance. Elevator flooring removal and new VCT flooring installation do not apply to B7315 Smith Manor and B6955 Davis Manor. Additionally, the existing car entrance sill for hydraulic passenger elevators is to remain, with a specific sentence in the specifications omitted. As-built drawings are attached for reference.
    Attachment L-01, part of federal government RFPs (FA301025R0024), outlines a standardized format for prospective contractors to submit past performance information. The document, titled “MAHG 23-1016 – Repair NPS Dorms’ Elevators,” requires companies to detail previous work, including contract numbers, descriptions of services (prime or sub-contractor), periods of performance, contracting agency contacts, and contract values. It also mandates disclosure of CPAR availability and any performance issues. A separate section addresses sub-contractor, teaming arrangement, or key personnel involvement, requiring detailed descriptions of their functions, impact on past projects, and their proposed roles and contributions to the current solicitation. This attachment ensures a comprehensive evaluation of a bidder's experience and capabilities.
    The document is a Past Performance Questionnaire (Attachment L-02, Solicitation No. FA301025R0024) for a federal government Request for Proposal (RFP) related to repairing Non-Prior Service Dormitories' Elevators at Keesler AFB, MS. It serves as a reference check for contractors bidding on the project. The questionnaire requests information about a contractor's past performance on similar services, including contract details, value, and period of performance. It requires a reference to rate the contractor on quality, schedule, management, and regulatory compliance using a five-tier evaluation scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and provides definitions for each. The completed questionnaire is due by 2:00 PM EST on September 5, 2025, and must be submitted directly to the Contracting Officer from a corporate or government email account.
    The project "Repair NPS Dorm’s Elevators" at Keesler Air Force Base entails comprehensive repairs and updates to the elevators in several dormitories. The contractor is responsible for providing all necessary labor, materials, and equipment, complying with safety and environmental regulations. Work will occur in defined phases within six Non-Prior Service dormitories and one Permanent Party dormitory, each requiring specific demolition and installation tasks, including replacing elevator components and ensuring ADA compliance. The statement of work emphasizes the importance of site inspection, use of high-quality materials, and the submission of materials for approval. Environmental protocols mandate that hazardous materials, if encountered, must be handled according to regulations. The schedule requires completion within 540 days, beginning 10 days post-award. Safety measures must align with OSHA standards, and contractor personnel must undergo appropriate training. Regular site maintenance and traffic control measures will ensure compliance with Keesler AFB’s operational integrity. Deliverables include equipment warranties, comprehensive reports, and as-built drawings, with final inspections required to confirm the satisfactory completion of work. This initiative reflects the Air Force’s commitment to maintaining functional and safe living spaces in accordance with federal guidelines.
    The project titled "Repair NPS Dorms Elevators" at Keesler Air Force Base, Biloxi, Mississippi, focuses on various construction and renovation tasks to enhance elevator services. The specifications detail the required materials and methods across different sections, including cast-in-place concrete for elevator structures, joint sealants for effective sealing at critical points, porcelain tile and resilient flooring for aesthetic and durable surfaces, and hydraulic passenger elevators that meet safety codes and operational standards. Each section outlines quality assurance measures, submittal requirements, and execution procedures to ensure compliance with government standards. The project indicates a commitment to upgrade essential facilities comprehensively, reinforcing safety, functionality, and aesthetic concerns in alignment with federal regulations governing building construction and renovation initiatives. The strategic approach reflects a meticulous planning process addressing technical, material, and standards aspects pivotal for successful project outcomes.
    The document contains as-built drawings associated with federal project FA301025R0024, serving solely as reference material. As-built drawings are critical in illustrating the final specifications and changes made during construction, providing a comprehensive record of the completed project. Although details are limited within the provided text, these drawings are essential for understanding project scope, verifying compliance with original plans, and assisting in future maintenance and modifications. They are particularly relevant in the context of government Requests for Proposals (RFPs) and grants by ensuring that all stakeholders have access to accurate documentation reflective of the project’s actual state post-completion. The emphasis on "FOR REFERENCE ONLY" indicates that the information is not to be altered or considered as active planning documents but rather as an informational resource.
    The document outlines the design plans for installing a new sump pump system at Keesler Air Force Base in Biloxi, Mississippi, as part of project MAHG231016. It specifies the construction of a new sump pit in the existing elevator pit to manage water accumulation effectively. The plan includes details such as plumbing notes, electrical requirements, and coordination with other trades to minimize interferences. Key aspects address actions like providing access doors for valves, utilizing specific piping sizes, and ensuring compliance with relevant safety codes through installation practices. The document highlights a submersible sump pump's specifications, emphasizing its operational parameters and necessitating prompt communication about any unforeseen conditions during construction. The project reflects a commitment to modernizing facilities while ensuring adherence to compliance and operational efficiency within military infrastructure.
    The document outlines various aspects of federal and local government Requests for Proposals (RFPs) and grants. It appears to detail requirements for submitting proposals, eligibility criteria for funding, the evaluation process for proposals, and the responsibilities that accompany awarded grants. Key topics include compliance with federal regulations, deadlines for submissions, and specific project guidelines that applicants must follow to qualify. Furthermore, the document emphasizes the importance of accountability and transparency in the use of granted funds, detailing reporting requirements for successful applicants. It highlights the governmental intent to foster community development, innovation, and public welfare through financial support. The structure suggests a systematic approach to funding administration, ensuring that projects align with broader strategic goals, though much of the content remains unintelligible due to text corruption. Overall, the primary purpose of this file is to serve as a framework for prospective applicants seeking federal and state funding opportunities within a defined regulatory context, facilitating the submission and evaluation of proposals effectively and efficiently.
    The document outlines procedures for contractor submittals related to government contracts, specifically focusing on approval processes by the Contracting Officer (CO). It classifies submittals into two categories: those requiring CO approval, typically for critical design elements, and "Information Only" submittals not needing approval. Approved submittals signify general compliance with project requirements, but they do not absolve the contractor of responsibility for errors. The contractor must ensure that all materials and equipment meet contract specifications, accompanying each submittal with necessary documentation, including compliance with the Buy American Act. Timeliness is critical, requiring all submittals to align with the provided Material Submittal Schedule (MSS), with a designated review period for each type. Late submissions can lead to no adjustments in project timelines. Moreover, a clear structure is emphasized for transmittal forms to document each submission accurately. Overall, this document governs the submission and approval process to ensure compliance and efficiency in contractual obligations for construction projects undertaken with federal and state support.
    The document outlines the Schedule of Material Submittals for the project titled "Repair NPS Dorm's Elevators," under the scheduling contract FA301025R0024. It specifies the types of required submittals, including shop drawings, hazardous material reports, warranties, and various technical data associated with the project. For each item, the document includes the quantity of copies needed, submission deadlines, and approval timelines. Notably, there are structured deadlines for submission, with emphasis on compliance regarding hazardous material information, which must be submitted promptly before the start of work. This systematic approach demonstrates adherence to regulatory requirements and ensures project deliverables are met in a timely manner, reflecting the federal government’s commitment to safety and quality in public works projects. The thoroughness in documenting submission requirements illustrates the importance of compliance and monitoring in government contracting processes.
    This document pertains to the repair of elevators in the NPS dorms under the contract FA301025R0024, designated MAHG 23-1016. It outlines necessary information regarding the contractors and potential subcontractors involved in the project, including contract numbers, project performance, and contact details of the contracting agency. The structure includes key sections detailing the type of work performed, contract period of performance, and value, encouraging transparency about the performance metrics and adherence to contract terms. Additionally, there is a requirement to report on subcontractors or key personnel, focusing on their roles, tasks, and impact on the overall performance of the project. The aim is to ensure that performance meets the outlined contract conditions and to identify any unacceptable aspects of delivery. This document serves as a vital component in the accountability and evaluation of contractors in federal grants and RFP processes, emphasizing the importance of thorough documentation and clear communication during project execution.
    The document is a Past Performance Questionnaire associated with Solicitation No. FA301025R0024 for a project at Keesler Air Force Base, concerning the repair of elevators in Non-Prior Service Dormitories. The questionnaire seeks input from references regarding the contractor's performance on previous contracts to evaluate their suitability for the current proposal. It stipulates a deadline of September 5, 2025, for submission and provides a structured format for assessing performance across various criteria such as quality of work, schedule adherence, management capabilities, and regulatory compliance. Evaluators are instructed to use a rating scale ranging from “Exceptional” to “Unsatisfactory,” along with space for comments to provide qualitative feedback. The document emphasizes the importance of the contractor's track record, highlighting the role of past performance in federal contracting processes to ensure reliability and quality in service delivery.
    The MAHG25-1016 Repair NPS Dorms’ Elevators project addresses various technical questions and clarifications regarding elevator repairs. Key points include a non-extendable 540-day completion period, with work phasing adjusted for time efficiency. The government prefers an overhead sump pump discharge to the nearest laundry room instead of floor cutting. Job site trailers and material storage will be discussed at the pre-construction meeting. The Site Super and Safety Officer can be the same individual, but the Quality Manager must be separate. The existing JCI fire alarm system is approximately 30 years old and is monitored by the Keesler Fire Department. Contractors are responsible for providing and installing ADA-compliant car operating panels with phone capabilities. New VCT flooring color will be selected during the submittal process and may vary. No oil alarms or separators are required for sump pumps, and they will not be tied into the building management system. Permits or government inspectors are not required, as a government-provided inspector will be used. A maximum of three elevators can be worked on simultaneously. Advance payments for materials are not allowed; payments will be made based on the percentage of progress after installation. Contractors must provide their own portable waste restrooms. Alternate working hours may be approved. Submittals will be transmitted via email, and no construction management software is required. No asbestos or hazardous materials are expected. Existing elevators lack emergency power, and all equipment must be non-proprietary. The project does not involve jack cylinder and piston installation. Construction will occur during normal business hours, and cab enclosures will be flat wall stainless steel. No car sills are to be replaced. All elevator equipment rooms are adjacent to elevators, and emergency communications will be monitored by Keesler Fire Department. Winters Manor will receive a new sump pump only, and Levitow Manor is outside the project scope. Sump pumps should be provided as indicated on prints and in the SOW. There is existing space in panel 1A for the additional dedicated circuit for the seven sump pumps. All electrical connections must comply with UFCs.
    This government solicitation, FA301025R0024, is a Request for Proposal (RFP) issued by FA3010 81 CONS CC, Keesler AFB, MS, for the "Repair NPS Dorms Elevators" project. The project is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated construction magnitude between $1,000,000.00 and $5,000,000.00. Offers are due by September 5, 2025, at 11:00 AM local time. A mandatory site visit is scheduled for August 11, 2025, at 2:00 PM CDT. The performance period is 540 calendar days after award, with work to commence within 10 calendar days. The solicitation outlines requirements for performance and payment bonds, electronic invoicing via Wide Area WorkFlow (WAWF), insurance, and compliance with various FAR and DFARS clauses, including limitations on subcontracting and Buy American provisions. Liquidated damages for delay are specified at $300.42 for the first day and $276.42 thereafter.
    This government solicitation, FA301025R00240001, is a Service-Disabled Veteran-Owned Small Business set-aside for the repair of NPS Dorms Elevators at Keesler AFB, MS, with an estimated value between $1,000,000.00 and $5,000,000.00. The project requires the contractor to commence work within 10 calendar days of award and complete it within 540 calendar days. A site visit is scheduled for August 11, 2025. The solicitation emphasizes the importance of performance and payment bonds, electronic invoicing via Wide Area WorkFlow (WAWF), adherence to Buy American—Construction Materials clause, and various other Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas like insurance, antiterrorism awareness training, and limitations on subcontracting. Payment will be made through progress payments under fixed-price construction contracts, with liquidated damages of $300.42 for the first day and $276.42 thereafter for delays.
    This document is an amendment to Solicitation Number FA301025R0024, dated August 4, 2025, for the repair of NPS Dorms Elevators. The amendment, number FA301025R00240001, was issued on August 27, 2025, by FA3010 81 CONS CC at Keesler AFB, MS. Its primary purpose is to incorporate Attachment 8 – Addendum 1 and update Attachment 3 – MAHG231016 Repair NPS Dorms Elevators_Typical As-Built Dwg. Additionally, it notifies offerors that “Pre-bid Site Visit Questions and Answers” have been uploaded to SAM.gov, which offerors acknowledge by signing the amendment. The summary of changes indicates the addition of “Attachment 3 – MAHG231016 Repair NPS Dorm Elevators_As-Built Updated” and “Attachment 8 – MAHG231016 Repair Dorms Elevators_Addendum1,” while deleting the previous “Attachment 3 – MAHG231016 Repair NPS Dorms Elevators_Typical As-Built Dwg.” All other terms and conditions of the original solicitation remain in full effect.
    The document details a solicitation for the construction project titled "Repair NPS Dorms Elevators" at Keesler Air Force Base, Mississippi. The procurement is a Service-Disabled Veteran-Owned Small Business set-aside with an estimated project value between $1 million and $5 million. Contractors are required to provide sealed offers and performance/payment bonds, with an organized site visit scheduled for August 11, 2025. The contract demands a performance period of 540 calendar days from the award date, with specified liquidated damages for delays. Notably, funds are not currently available, meaning no contract awards will occur until funding is secured, and the government reserves the right to cancel the solicitation without reimbursement for incurred costs. The document outlines essential compliance requirements, including various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) relevant to contracting processes, payment structures, labor standards, and safety protocols. This solicitation reflects the government's intention to modernize and maintain facilities while adhering to specific contracting regulations designed to support small businesses, particularly those owned by veterans.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    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.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the presolicitation of Project 679-22-100, which involves elevator upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa VA Medical Center in Alabama. The project requires the contractor to supply all materials, supervision, and labor necessary for the modernization, renovation, and upgrading of various elevators to address identified deficiencies, adhering to all applicable safety regulations and codes. This opportunity is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $5 million and $10 million, and a completion period of 608 calendar days from the notice to proceed. Interested contractors should contact Contracting Officer Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600 for further details, and the solicitation is expected to be posted on or about January 7, 2026.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance and repair services for the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The procurement aims to establish contracts for both preventive maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, with specific service frequencies outlined in the Statement of Work. This service is crucial for ensuring the operational efficiency and safety of the medical facilities, as it includes routine maintenance, emergency callbacks, and compliance with safety codes. Interested contractors must submit their proposals by December 9, 2025, at 17:00 CST, and can direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as number 526-22-115, involves the replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    DDSP Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking a contractor for elevator maintenance services at DLA Distribution Susquehanna, Pennsylvania. The procurement involves providing preventative and corrective maintenance for elevators, dumbwaiters, and platform lifts, including all necessary labor, tools, materials, and management to ensure optimal operation in compliance with ASME A17 standards. This contract is crucial for maintaining the functionality and safety of essential lift equipment, with a Firm Fixed-Price (FFP) and Time & Materials (T&M) purchase order structure covering a base year and four option years, from December 29, 2025, to December 28, 2030. Interested parties must submit their quotes by December 12, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.