Elevator Maintenance
ID: FA462625Q0029Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

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

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for elevator maintenance services at Malmstrom Air Force Base in Montana. The contract, designated FA462625Q00290001, is a total small business set-aside opportunity valued at approximately $12.5 million, spanning from August 8, 2025, to August 7, 2030, and includes routine and emergency maintenance for various vertical transportation equipment. This procurement is critical for ensuring the safe and efficient operation of elevators and escalators, which are essential for base operations and personnel mobility. Interested contractors must submit their proposals, including the Standard Form (SF) 1449 and required documentation, by the specified deadline, with questions due by July 15, 2025. For further inquiries, potential bidders can contact Edsa L. Artates at edsa.artates.2@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the proposal submission process for elevator maintenance services at Malmstrom Air Force Base, associated with solicitation number FA462625Q0029. Offerors must comply with the instructions and the performance work statement (PWS) and submit all required documentation in a specified format by the deadline. The evaluation criteria include price, past performance, and technical capability, with an emphasis on recent and relevant experience within the past four years. Offerors must hold the necessary Montana Elevator Licenses, complete the pricing for contract line-item numbers (CLINs), and provide references for past performance. The government reserves the right to amend the PWS and may cancel the solicitation at any time without obligation to reimburse costs. Proposals are evaluated based on a comparative value approach, where price and past performance inform final award decisions. Any proposal that fails to meet compliance, particularly regarding documentation and pricing, risks exclusion from consideration. Ultimately, the government aims to secure a firm fixed price contract that reflects the best value while adhering to federal acquisition regulations.
    The document serves as an amendment to solicitation FA462625Q0029, primarily addressing changes in contract details for elevator maintenance services at Malmstrom Air Force Base. Notably, it expands the line item for elevating services from four to five elevators by adding Building 1012 to the scope. Additionally, the amendment provides clarity on the total number of elevators, confirming there are 20 and detailing the specific buildings involved. The document responds to contractor inquiries, affirming the presence of an incumbent contract number FA462620P0017 related to similar services. The amendment outlines that the submission date remains unchanged and that all other terms of the solicitation remain in force. Overall, this document aids in updating potential contractors on the latest requirements and ensures all parties are informed of amendments necessary for submitting compliant proposals.
    This document serves as an amendment to a solicitation regarding elevator maintenance services. It specifies that the deadline for offer submissions is either extended or unchanged, requiring acknowledgment of the amendment by the bidders. Clarifications include the importance of providing contact information for past performance references and the removal of a prior section regarding site visits. No changes affect the submission date, and responses to questions raised during the solicitation process are included. The document outlines past performance requirements, clarifies site visit requests, and provides insights into service call frequency to missile facilities. The amendment reinforces that access delays should be minimal with proper coordination. Adherence to guidelines ensures effective communication with the contracting officer for future processes. Overall, the amendment seeks to enhance bidders' understanding and compliance with the solicitation requirements.
    The Performance Work Statement (PWS) outlines the requirements for vertical transportation equipment (VTE) maintenance, repair, and inspection services at Malmstrom Air Force Base. The contractor must provide comprehensive management, tools, and labor to ensure safe operation of freight and passenger elevators, escalators, and other equipment, according to established safety codes and standards. Notably, the agreement covers all regular maintenance but excludes modernization, cosmetic work, vandalism damage, and cleaning, which are classified as "over and above" services. The contractor is responsible for timely service calls and must submit written reports following inspections and repairs. An annual Maintenance Control Program (MCP) detailing maintenance intervals and compliance checks is required within 30 days of contract award. Performance will be evaluated based on established criteria, including maintenance programs, equipment operability, and repair response time. Coordination with base personnel is essential to minimize disruption during repairs, and contractors must follow strict security protocols when accessing military facilities. The PWS also includes sections on quality control, environmental compliance, and specific requirements for contractor personnel, emphasizing the commitment to safety, compliance, and seamless operations at the base.
    Malmstrom Air Force Base (MAFB) is soliciting proposals for elevator maintenance under solicitation number FA462625Q0029. Offerors must comply with all the instructions in the SF 1449 form and the accompanying addendum, including submitting a performance work statement (PWS). Key requirements include mandatory pricing completion for contract line-item numbers (CLINs), submission of past performance information, and proof of technical capability such as safety compliance certifications and a Montana Elevator License. Offerors are encouraged to attend a site visit and must ensure compliance with identification protocols for base access. Proposals will be evaluated on price, past performance, and technical capability, with special attention given to recent and relevant past work. Price competitiveness is a priority, with additional scrutiny if necessary. The proposal submission must not exceed specified sizes and formats, and late submissions will follow FAR guidelines. The government holds the right to cancel without cost reimbursement and to award based on overall value rather than the lowest price alone, focusing on achieving the best outcome in relation to the expressed service requirements.
    The provided document is an unreadable compilation of corrupted data, resulting in a lack of coherent content. Consequently, it fails to convey any discernible topic, key ideas, or supporting details relevant to government RFPs, federal grants, or state and local RFPs. Without clear information or structure, it cannot be summarized or analyzed effectively, and the absence of any meaningful text undermines the potential for critical review. In essence, the document does not serve its intended purpose and conveys no pertinent information related to the operational objectives typically associated with government solicitations or funding requests. Further analysis or retrieval of the original content is essential to derive any valuable insights regarding its relevance in the context of federal and state programs.
    The Quality Assurance Surveillance Plan (QASP) is designed to monitor contractor performance in delivering grounds maintenance services. The document outlines the roles and responsibilities of the Multi-Functional Team (MFT), including Contracting Officer Representatives (COR) and other stakeholders involved in the acquisition process. It emphasizes the contractor's responsibility for quality control through a comprehensive Quality Control Plan (QCP). The plan utilizes various performance assessment methods, including regular inspections and customer feedback, to evaluate service quality against contractual requirements. Key performance objectives include maintaining written maintenance programs, ensuring elevator functionality, timely service call responses, and the quality of repairs. Performance is rated on a scale from Exceptional to Unsatisfactory based on predefined thresholds. The QASP ensures that non-conformance is documented and addressed, allowing for improvement in contractor performance. Regular reviews and assessments foster collaboration between the government and the contractor, ensuring effective management throughout the contract’s lifecycle. This approach aligns with the broader context of federal and state RFPs, facilitating accountability in public service contracts.
    The document primarily lists various geographical locations and their corresponding names, potentially related to a government project or initiative, possibly linked to the 341st Missile Wing, given the mention of "Main Base" as well as "Gravel road" and "Primary road." It includes a comprehensive enumeration of communities, towns, and points of interest across different regions, especially in Montana. The references like Esri, NASA, NGA, USGS, and OpenStreetMap contributors suggest that the document utilizes geographical data for planning or mapping purposes. In the context of government RFPs, federal grants, and state/local RFPs, this document may serve as a geographical reference or a foundational element for proposals related to infrastructure, mapping, defense, or community resources. It outlines locations which could be critical for evaluating project sites or determining the scope of work needed for future projects. Hence, the essence of the document lays in its potential usage as a spatial analysis tool within the specified planning and development frameworks.
    The document outlines inspection details for passenger elevators manufactured by Hollister Whitney, Dover, Concord, Schindler, and ThyssenKrupp. Each elevator is identified by a unique item number and specifies its type, location, date of last annual inspection, and date of the last five-year load test inspection. Most elevators are scheduled for their next annual inspection in September 2024, with several having undergone their last five-year load test in September 2020. Additionally, one ThyssenKrupp hydraulic elevator is noted for a load test due in March 2025. The information suggests a systematic approach to maintaining compliance with safety regulations for public transportation infrastructure, likely part of a larger initiative involving federal or state/local government requests for proposals (RFPs) or grants to ensure the reliability and safety of public facilities. This data is crucial for planning future inspections and ensuring that all elevators are properly maintained to meet safety standards.
    The Contractor Entry Authorization List (CEAL) is a crucial document for granting contractor personnel access to Malmstrom Air Force Base (AFB) for official duties related to missile fields or Weapon Storage Areas (WSA). Requestors from the 341st Contracting Squadron must complete the form with accurate personal information, including full legal names, gender, contact details, and residence. Verification by contracting officers and project managers is mandatory for processing, which must occur at least five days before access is required. Access is limited to specific contractor hours and is primarily through designated gates. Additionally, the CEAL ensures that vetted personnel have received necessary training per Department of Defense (DoD) regulations. The document also emphasizes the importance of proper vehicle checks and drone reporting procedures on the base. Overall, the CEAL serves as an official record of authorized personnel and their access needs, while maintaining compliance with security protocols and privacy regulations.
    This document outlines a solicitation for a multi-year contract specifically aimed at women-owned small businesses (WOSBs) to provide maintenance services for elevators at Malmstrom Air Force Base (MAFB) and its remote Missile Alert Facilities (MAFs). The contract, designated FA462625Q00290001, has a total estimated value of $12,500,000 and spans from August 8, 2025, to August 7, 2030. The solicitation details the requirements for routine and emergency elevator maintenance, including the provision of necessary tools, labor, and equipment. The agreement is structured with 17 Contract Line Item Numbers (CLINs), reflecting distinct tasks associated with the maintenance of multiple elevators. Pricing will be based on submitted bids that adhere to the Performance Work Statement (PWS). The contract emphasizes the importance of compliance with various federal regulations, such as introducing clauses for electronic payment submissions. Overall, this solicitation represents a significant opportunity for WOSBs to contribute to essential services for government infrastructure, aligning with federal goals to promote diversity in contracting. The completion of the required work must adhere to stringent cost and performance standards, underlining the commitment to effective government procurement practices.
    This document outlines an amendment to a government solicitation, formally extending the time for receipt of offers. The offers must acknowledge this amendment prior to the specified deadline, which could be done through various methods such as returning signed copies or issuing electronic communications that reference the amendment. It specifies that any changes to existing offers due to this amendment should also be acknowledged before the deadline. The amendment could involve modifications to contracts, including administrative changes, and clarifies whether contractor signatures are needed. The document identifies a change of effective date for the associated contract from July 8 to July 9, 2025, and provides contact details for the contracting officer. Overall, this amendment serves to inform potential contractors of the updated timelines and requirements for their proposals or existing contracts within the context of federal procurement processes.
    Lifecycle
    Title
    Type
    Elevator Maintenance
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Dorm 742 Renovation
    Dept Of Defense
    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.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    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.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    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.
    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.