J--Northern California Area Office (NCAO) Elevator Maintenance and Servicing (Base
ID: 140R2025Q0047Type: Sources Sought
AwardedAug 25, 2025
$976.9K$976,876
AwardeeTECH O. R., LLC 3530 HURON ST DEARBORN MI 48124 USA
Award #:140R2025P0060
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide elevator maintenance and servicing for the Northern California Area Office (NCAO). The procurement involves a total small business set-aside contract for servicing eight elevators, with requirements including preventative maintenance, corrective maintenance, and emergency service capabilities, all aimed at ensuring operational reliability and safety compliance. This contract is crucial for maintaining the functionality of elevator systems at key federal facilities, reflecting the government's commitment to infrastructure management and public safety. Quotes are due by July 29, 2025, at 1:00 PM Pacific Standard Time, and interested vendors should contact Erma Funtanilla at efuntanilla@usbr.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for elevator maintenance and service at the Bureau of Reclamation’s Northern California Area Office (NCAO). The contract aims to secure services for the upkeep of eight vertical lifts, necessitating routine and corrective maintenance, emergency responses for malfunctions, and the support of third-party inspections. Contractors must comply with various safety and regulatory guidelines, maintaining a workforce adept in elevator mechanics with proper certifications. The document specifies performance schedules, including monthly, quarterly, and annual maintenance procedures alongside the supply of necessary spare parts. The contractor is also responsible for ensuring minimal disruption to government operations during maintenance, providing a 24/7 contact, and adhering to security protocols. Notably, the contract spans a base year plus four optional annual extensions. Evaluation of contractor performance will occur through a monitoring process, ensuring compliance with quality standards. This contract demonstrates the government’s commitment to maintaining operational safety and efficiency in its facilities through professional elevator maintenance services.
    The document is a combined synopsis/solicitation for elevator maintenance and servicing at the Bureau of Reclamation’s Northern California Area Office (NCAO). It seeks to award a hybrid Firm Fixed Price and Time and Materials contract, specifically targeting small businesses. The contractor will be responsible for servicing eight elevators, requiring technical expertise, certification, and proof of experience. Key requirements include preventative maintenance, corrective maintenance, and emergency service capabilities, with specific response times for various types of service calls. The contract is set for a base year, with four optional renewal years. The performance work statement outlines detailed maintenance tasks, safety compliance, and qualifications for personnel. Vendors will need to submit detailed quotes that include technical approaches, past performance data, and price breakouts for various maintenance services due by July 29, 2025. This solicitation emphasizes the Bureau's focus on safety, regulatory compliance, and the importance of timely maintenance service to support critical functions at the NCAO facilities.
    The U.S. Department of the Interior's FIST Volume 2-10 outlines the standards and procedures for the maintenance, inspection, and testing of electric and hydraulic elevators within the Bureau of Reclamation's facilities. It emphasizes ensuring the safety and operational reliability of over 125 elevators used in hydroelectric powerplants, dams, and related structures. The document mandates adherence to established ASME elevator codes and stipulates the necessity of a well-structured maintenance program, which includes regular inspections and record-keeping to monitor elevator performance. The guidance provided is critical for maintaining the elevators' safety, especially as many systems are aging and may lack adequate records of maintenance. The document details the roles of maintenance personnel, the importance of using manufacturer guidelines, and the need for a robust mechanical database to track maintenance history. It also discusses modernization initiatives and contract management to address current and future operational needs. Overall, the FIST aims to promote uniformity in managing Reclamation assets, ensuring compliance with regulations, and safeguarding public welfare.
    The document outlines specifications and operational guidelines for the installation and maintenance of the 900 OB Frame Synchronous AC Permanent Magnet Gearless Machine used in elevators. Key details include the machine's specifications, such as a live load capacity of 10,000 lbs and various installation components including the Heidenhain encoder and motor model numbers. Important sections cover handling, commissioning, and inspection processes to ensure proper function. Additionally, it includes maintenance procedures for brake systems and periodic lubrication requirements to prevent damage. The document emphasizes the need for qualified technicians during setup and regular inspections to ensure operational safety. It serves as an essential reference for government contractors, ensuring compliance with regulatory expectations in elevation equipment procurement and installation.
    The document outlines the maintenance and servicing requirements for elevators at various Federal locations in Northern California, specifically including Shasta Dam and associated facilities. It details the Firm Fixed Price structure for services such as Preventative Maintenance (PM), Third Party Inspections, and Service Callouts for multiple elevator brands. Frequencies of services are specified, ranging from monthly to annual, with extensive documentation on the quantity of required services and their associated costs over a base year and multiple optional years. The pricing structure also notes the terms for extending service agreements. This RFP focuses on ensuring that elevator systems remain functional and compliant with safety standards, reflecting the government's commitment to infrastructure management and public safety. The overarching goal is to attract qualified vendors capable of meeting these maintenance needs effectively.
    The document is an amendment to solicitation number 140R2025Q0047 concerning elevator maintenance and servicing for the Northern California Area Office. It provides guidance on acknowledging receipt of the amendment and clarifies that this is a brand-new project, as opposed to a recompete. The incumbent contractor is Otis Elevator Company, and the previous contract number was 140R2020F0031. The contractors must submit their acknowledgment by returning a signed Standard Form (SF)-30 along with their quotes. The submission due date remains unchanged, and the period of performance is set from September 1, 2025, to August 30, 2030. The amendment emphasizes strict compliance with acknowledgment deadlines to avoid offer rejection and outlines the administrative requirements for contractors. This document is part of the broader procurement process for federal contracts, ensuring transparency and clarity among potential bidders.
    The document is an amendment to solicitation number 140R2025Q0047, issued by the Bureau of Reclamation's Division of Acquisition Services. Its main purposes are to announce a scheduled site visit for prospective contractors and to introduce a new requirement for site inspection prior to bidding. The site visit will occur on July 24, 2025, at 9:30 am PST, with registration details provided. Contractors must understand and satisfy themselves with local conditions affecting contract performance, as a failure to inspect cannot be grounds for post-award claims. Furthermore, the submission due date for bids will remain unchanged. The amendment emphasizes that contractors must acknowledge this amendment by submitting a signed copy of the Standard Form (SF)-30 alongside their quotes. The period of performance for the contract is set from September 1, 2025, to August 30, 2030. This amendment illustrates the importance of thorough preparation and understanding of site conditions in the federal procurement process.
    This document outlines a Request for Proposal (RFP) issued by the Bureau of Reclamation for commercial services. It specifies a federal acquisition with a strong emphasis on small businesses, including those owned by service-disabled veterans and economically disadvantaged women. The solicitation number is 140R2025Q0047, with an effective performance period from September 1, 2025, to August 30, 2030. The document includes essential details regarding submission deadlines, administration by the Mid-Pacific Region's Division of Acquisition Services, and payment procedures. Invoices are to be submitted to the specified address unless otherwise indicated. The contract incorporates relevant Federal Acquisition Regulations (FAR), highlighting compliance with federal guidelines. The successful offeror will agree to provide the required services as detailed in the schedule. The document serves as an essential tool for vendors looking to engage in government contracts, ensuring adherence to legal and procedural standards while promoting small business participation in federal procurement opportunities.
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Elevator Services for Pittsburgh District
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide elevator inspection, maintenance, and repair services under a Blanket Purchase Agreement (BPA) for the Pittsburgh District. The objective of this BPA is to ensure a rapid response and cost-effective maintenance solution for elevator services at various locations in Pennsylvania, West Virginia, and Ohio. These services are crucial for the upkeep of U.S. Army Corps of Engineers facilities, ensuring operational efficiency and safety. Interested parties should contact Contract Specialist Isaiah Johnson at isaiah.m.johnson@usace.army.mil, providing details of up to three similar projects completed, as part of their expression of interest.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    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.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Puget Sound Elevator Maintenance Services
    General Services Administration
    The General Services Administration is seeking qualified contractors to provide elevator maintenance services for the Puget Sound region. The procurement involves repair and maintenance of elevators, communication devices, and related equipment to ensure compliance with the latest American Standard Safety Code for Elevators, A17.1, A18.1, as well as all applicable laws and regulations. These services are crucial for maintaining the safety and functionality of public buildings, ensuring that elevator systems operate efficiently and meet safety standards. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or 253-209-9118 for further details regarding this opportunity.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.