The RFP Database
New business relationships start here

Elevator Maintenance and Services W912PL18R0039


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

An official Solicitation for the Subject Proposal will be posted on or around 25 April 2018 which will include a MANDATORY site visit which is set for 02 May 2018 starting at the Prado Dam at (0900) Located at 2493 Pomona Rincon Rd. Corona, CA 92880. Followed by a second site visit of the San Antonio Dam at (1300) located at 2521 Electric Ave. Upland, CA 91784.
POC Milthon F Galindo (626) 238-2047
Further details on the site visit will be posted in the official solicitation

Once the Solicitation will be posted it will be under W912PL18R0039 with further details and specifications.







This is a service procurement for one (1) base year and four (4) 12-month option years

The description of the service to be procured for the Elevator Maintenance and Services includes the components of Preventive Maintenance Inspections (PMI) with Reports, Testing & Certification, and Call-Outs with Reports.


The Elevator Maintenance and Services includes the components of Preventive Maintenance Inspections (PMI) with Reports, Testing & Certification, and Call-Outs with Reports, which are required on a scheduled basis and will be awarded as a firm fixed price procurement. The locations for services will be at the Prado Dam, Corona, CA and San Antonio Dam, Upland, CA. The labor rates will be negotiated as a firm fixed price for each facility in California due to their unique location within the County of San Bernardino, CA. There is no available tool to determine when an elevator system will malfunction or which element type of the elevator system will fail. The PMI and the Call-Out line items will allow the contractor to investigate the maintenance issue and provide a written report and estimate for the repair services.


In accordance with the latest edition of the American National Standard Safety Code for Elevators and Escalators the elevators shall be maintained in a safe and fully operational condition, or taken out of operation pending service. The elevator Contractor and employees shall be highly skilled and provide certified proof of experience and training in the complete maintenance and repair of elevators. The Contractor will provide all plant, labor, supervision, equipment and materials as required to perform all of the requirements of this contract. The Contractor will follow the American National Standards Institute (ANSI) and the American Society of Mechanical Engineers ASME A17.1 and A17.2, standards, 29 CFR the U.S. Department of Labor, Occupational Safety and Health Administration System (OSHA), 1926 Construction Industry Regulations and Engineer Manual (EM) 385-1-1 Safety and Health Requirements Manual. Hourly rates will be established for time-and-materials portion of the requirement.


The estimated range: $250,000.00 (Including Options)
Estimated duration of the project: One (1) base year and four (4) 12-month option years
This is a firm fixed price solicitation and will be issued as a full and open competition open to all business concerns (Unrestricted) and will contain the Site Visit date and time. All socio-economic small businesses are encouraged to submit an offer. Performance based contracting does apply to the procurement.


The North American Industry Classification System (NAICS) code is 811310 with a small business size standard of $7.5 million. This solicitation and any documents related to this procurement will be available via the internet only.


The solicitation and any subsequent documents related to this procurement will be available via the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Demonstration videos and assistance with using FedBizOpps is available through the website. It is fully integrated with other electronic government initiatives such as System for Award Management (SAM), and is available for use by all Federal agencies. No hard copies of the solicitation or related documents will be mailed. Contractors are responsible for downloading their own copies of this solicitation, amendments, and other documents related to this solicitation. All government contractors must be registered in SAM prior to receiving an award. You may access SAM at www.sam.gov.


Offer due date and time for receipt of proposals will be set at the time the full solicitation is posted. The solicitation will be posted on or about January 2nd, 2018.
This acquisition will be awarded using Part 15 Contracting by Negotiation, using the Lowest Price Technically Acceptable method of source selection.


Stanislav Sekacov, Phone 2134523216, Email Stanislav.Y.Sekacov@usace.army.mil - Patricia B Bonilla, Contract Specialist, Phone 213-452-3255, Fax 213-452-4187, Email Patricia.B.Bonilla@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP