NGA - Elevator Inspections
ID: HM157525R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSENATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)NATL GEOSPATIAL-INTELLIGENCE AGENCYARNOLD, MO, 630106238, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking qualified contractors to provide elevator inspection and maintenance services at its facilities in Arnold, St. Louis, and Cass, Missouri. The contract will cover comprehensive services, including safety inspections and full load tests for various types of elevators and chairlifts, ensuring compliance with federal, state, and local safety standards. This procurement is crucial for maintaining operational safety and regulatory compliance within government facilities, reflecting the agency's commitment to effective facility management. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Kathleen Dee at kathleen.a.dee@nga.mil or Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil.

    Files
    Title
    Posted
    The National Geospatial-Intelligence Agency has released an RFP for elevator maintenance and safety inspections across various locations, specifically St. Louis, Arnold, and Cass. The contract spans from May 1, 2025, to April 30, 2026, with options for four subsequent years. Each year includes comprehensive services, such as maintenance inspections and safety evaluations for passenger, freight, chair lifts, and hydraulic elevators. The contract is divided into specific Contract Line Item Numbers (CLINs) detailing the different elevator types requiring inspection and maintenance. For each option year, contractors are expected to carry out safety inspections and full load tests, ensuring that elevator systems meet safety standards. This structured approach aids in systematic monitoring and upkeep of the elevator systems, reflecting the agency's commitment to operational safety and regulatory compliance. The detailed pricing sheet indicates that contractors will submit unit prices and total costs associated with each service. The document serves as a formal invitation for qualified vendors to participate in this essential service provision.
    The Performance Work Statement outlines the requirements for elevator maintenance, safety inspections, and full load tests at the National Geospatial-Intelligence Agency (NGA) facilities in Missouri. The contractor will provide inspection services for various types of elevators and chairlifts across three NGA locations, ensuring compliance with federal, state, and local codes, particularly ASME A17.1. The inspections will include evaluating equipment conditions, identifying maintenance deficiencies, and providing a detailed report of findings. A certified elevator consultant will witness all inspections, which must be completed within 30 days of contract award and following option years. Additionally, the contractor will conduct annual safety tests and five-year full load tests, documenting all observations and deficiencies in written reports. If any elevators are removed from service, the contractor must grant credit to the government based on unit costs. There are plans to close one NGA location in mid-2026, indicating potential adjustments to the contract's scope and reporting requirements. Overall, this document emphasizes adherence to safety standards and proactive maintenance for efficient elevator operation at NGA facilities.
    Attachment C outlines a request for proposals (RFP) aimed at acquiring specialized services or products to enhance departmental operations at various levels of government. The document emphasizes the importance of transparency and competitive bidding, adhering to federal guidelines. Key components include objective criteria for evaluating proposals, necessary qualifications for vendors, and a timeline for submission and review processes. Additionally, it highlights the specific requirements and expected outcomes for the prospective projects, aiming to improve functionality and service delivery in government operations. The RFP process fosters innovation and efficiency by encouraging diverse vendors to participate, ultimately facilitating better use of public resources and accountability. Overall, this document serves as a crucial tool for engaging with the private sector to meet governmental needs effectively.
    The document outlines the request for a site visit to conduct elevator inspections at various NGA locations, specifically the NGA Arnold Facility, NGA Next West, and NGA St. Louis on March 11, 2025, starting at 9 AM CST with an arrival time of 8:30 AM CST. It requires participants to provide personal information such as name, citizenship, identification type and number, date, and place of birth. The document emphasizes the handling of sensitive information in accordance with the Privacy Act of 1974 and related Department of Defense directives. It mandates that recipients of this document deliver it directly to intended parties and refrain from discussing its contents with unauthorized individuals. The request is part of broader federal procurement efforts related to inspections and maintenance of government facilities, highlighting necessary compliance with safety and security protocols in government contracts and operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H335--SEMI-ANNUAL ELEVATOR INSPECTIONS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for semi-annual elevator inspections at the Salem VA Medical Center in Virginia, with a total contract value of $11.5 million. The contract includes one base year and four option years, requiring comprehensive inspections of 29 vertical transportation devices, adherence to ANSI/ASME standards, and coordination with VA staff for scheduling. This initiative is crucial for maintaining safety standards within the facility's operational infrastructure and aims to promote participation from service-disabled veteran-owned small businesses. Interested contractors should contact Satasha E Stewart at Satasha.Stewart@va.gov for further details regarding the solicitation.
    Elevator service maintenance at CG Station Port Canaveral FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide elevator service maintenance at the Coast Guard Station in Port Canaveral, Florida. The procurement involves comprehensive elevator inspection and maintenance services, including preventative maintenance and routine inspections, with a contract duration of one base year and four optional renewal years. These services are critical for ensuring the operational efficiency and safety of elevator systems used in Coast Guard facilities. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide elevator maintenance services at Mountain Home Air Force Base in Idaho. The procurement involves a firm fixed-price contract for comprehensive maintenance, repair, and inspection of vertical transportation equipment, including freight and passenger elevators and escalators, ensuring compliance with ASME and OSHA standards. This opportunity is crucial for maintaining operational safety and efficiency within the military installation, with a performance period from April 17, 2025, to April 16, 2030, including four option years. Interested contractors must submit their quotes by 10:00 AM MST on February 27, 2025, and can direct inquiries to Andrew Portz at andrew.portz@us.af.mil or Jaclyn Fish at jaclyn.fish@us.af.mil.
    Request for Information (RFI): NSES Follow-on Indefinite Quantity Contract Requirements (IDIQ)
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is issuing a Request for Information (RFI) regarding the requirements for a follow-on Indefinite Quantity Contract (IDIQ) for the National Security Enterprise Services (NSES). This procurement aims to gather insights and feedback on the needs for computer systems design services, which are critical for supporting various geospatial intelligence operations. Interested parties are encouraged to engage with the NGA to understand the scope and objectives of this contract, with primary contacts being Doris A. Collier at doris.a.collier@nga.mil and Sean M. Lorenz at sean.m.lorenz@nga.mil, both reachable by phone at 571-557-2405 and 571-557-9178, respectively.
    Dragon Slayer: Codachrome Follow-on
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA) within the Department of Defense is soliciting proposals for the "Dragon Slayer: Codachrome Follow-on" contract, which aims to procure a range of services including materials procurement, calibration of scanning equipment, scientific studies, software consultation, and metadata research. This contract is critical for enhancing geospatial intelligence capabilities and ensuring the accuracy and reliability of mapping and surveying services. The contract is structured as a firm-fixed-price award, spanning from March 30, 2025, to March 29, 2026, with an optional extension to March 29, 2027. Interested contractors should direct inquiries to Harry L. Lanfersieck at harry.l.lanfersieck@nga.mil or Josh Sibert at josh.w.siburt@nga.mil, and must adhere to the submission requirements and evaluation criteria outlined in the solicitation document.
    J--MTE Elevator Maintenance Service
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals from small businesses for the MTE Elevator Maintenance Service at the Mount Elbert Pumped Storage Powerplant in Twin Lakes, Colorado. The contract requires comprehensive maintenance services, including quarterly preventative maintenance and corrective maintenance for two passenger elevators, with a performance period from May 15, 2025, to May 14, 2030, and options for renewal. This initiative is crucial for ensuring the operational efficiency and safety of the elevators, which are vital for Reclamation personnel. Interested contractors must submit their quotations electronically by March 6, 2025, and can direct inquiries to Monte Baird at MBaird@usbr.gov or call 406-247-7805.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting offers for elevator maintenance services at the Anniston Army Depot (ANAD) in Alabama. The procurement involves routine preventative maintenance for four elevators, including one passenger elevator and three additional models, over a base year with the possibility of four option years. This maintenance is crucial for ensuring the safety and reliability of elevator operations at the depot, adhering to the ASME Code A17.1 for safety inspections and certifications. Interested contractors must submit their proposals electronically by 10:00 AM on March 5, 2025, and can contact Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.
    Organizational Messaging (OM) services for the National Geospatial-Intelligence Agency (NGA) messaging mission.
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking industry input for Organizational Messaging (OM) services to enhance its messaging mission. The procurement aims to secure reliable and efficient geospatial intelligence communication within the DoD and the Intelligence Community, requiring contractors to maintain a 99.9% operational availability, provide on-site support, and ensure 24/7 help desk assistance. Interested parties must respond to the Request for Information (RFI) by March 28, 2025, with details on their qualifications and relevant experience, and can direct inquiries to Baylee Skelton at baylee.a.skelton@nga.mil or Douglas H. Verseman at douglas.h.verseman@nga.mil.
    NS123271_Mobile Heavy Duty Vehicle Column Lift
    Buyer not available
    The General Services Administration (GSA) is seeking responses for a Request for Information (RFI) regarding the procurement of two Mobile Heavy Duty Vehicle Column Lifts equipped with a Smart Control System. The lifts must meet specific salient characteristics, including rigorous performance and safety standards, wireless operation capabilities, and compliance with ANSI/ALI certification, along with the provision of heavy-duty support stands and accessories compatible with military vehicles. This procurement is aimed at enhancing operational capabilities within federal vehicle maintenance operations while ensuring adherence to regulatory standards. Interested vendors are encouraged to submit their responses by March 14, 2025, providing details such as manufacturer information, country of origin, estimated pricing, and compliance with military standards. For further inquiries, contact Kylie Ferraz at kylie.ferraz@gsa.gov or Amanda Acosta at amanda.acosta@gsa.gov.
    GSI NGEAU Additional B-Kits
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the procurement of GSI NGEAU Additional B-Kits, which are critical components for aircraft operations. This solicitation falls under the NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment, specifically categorized under PSC code 1560 for airframe structural components. The performance of this contract will take place in Saint Louis, Missouri, highlighting the importance of these kits in supporting naval aviation capabilities. Interested vendors can reach out to Ryan Lysaght at ryan.c.lysaght.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil for further details regarding the submission process and deadlines.