The RFP Database
New business relationships start here

Vertical Transportation Equipment (VTE) Maintenance and Repairs


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

This presolicitation notice is an announcement of a requirement for Vertical Transportation Equipment Maintenance and Repairs as defined in the Performance Work Statement (PWS) at Holloman AFB NM 88330.

DESCRIPTION OF WORK: The Contractor shall provide all management, tools, supplies, equipment, parts and labor necessary to maintain, repair, and inspect the real property vertical transportation equipment (VTE) at Holloman Air Force Base in a manner that will ensure continuous and safe operation (full maintenance and repair). This full maintenance contract signifies a VTE service provider (Contractor) takes total service responsibility for the equipment identified in the contract. This includes inspections, maintenance, repairs, replacements, and routine and emergency service calls. This contract allows the Government to budget total yearly costs and eliminates concerns relating to individual parts repair or replacement invoicing. The Contractor assumes all responsibility and determines the amount of service visits and types of service required to keep the VTE operating safely and within the performance objectives of the PWS.


Work conducted on VTE will be in accordance with the American Society of Mechanical Engineers (ASME) A17.1-2007 (or applicable code for year VTE put in service), Safety Code for Elevators and Escalators (ASME A17.1), ANSI/ASME A17.2-2010, Guide for Inspection of Elevators, Escalators, and Moving Walks (applicable to equipment), A17.3-2011, Safety Code for Existing Elevators and Escalators (applicable to equipment), National Fire Protection Association Standards (NFPA), Unified Facilities Criteria (UFC) 3-600-01, Fire Protection Engineering for Facilities, Occupational Safety and Health Administration (OSHA) Standards and the recommendations of the original equipment manufacturer (OEM).


PERIOD OF PERFORMANCE (POP): The POP is for a base year of 1 October 2019 to 30 September 2020, and four option years.


IMPORTANT NOTICES: This acquisition will be competitively set-aside for Small Business (SB) concerns. A SB will be considered small under North American Classification System (NAICS) code 238290 with a size standard of $15M. All offerors must be registered in the System for Acquisition Management (SAM) which is a Government owned and operated FREE web site that consolidates the capabilities in Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA) and the Excluded Parties Listing System (EPLS) at the website: https://www.sam.gov/SAM. You are required to create a user account to register and/or update your entity records (i.e., Commercial and Government Entity (CAGE) Code, DUNs number, etc.) in SAM which were previously located in separate CCR and ORCA websites. This information is necessary in order to receive award consideration. All questions concerning this notice should be submitted electronically via email to the Points of Contact as indicated in this announcement. All information pertaining to this announcement, including technical (or other) questions and answers will be provided to/through the Contracting Officer/Contract Administrator ONLY to ensure equal distribution of information to interested parties via Federal Business Opportunities (FebBizOpps) at https://www.fbo.gov.


OTHER DETAILS: The solicitation and other attachments will be posted on or about 03 July 2019 and MUST be downloaded from FedBizOpps website: https://www.fbo.gov. DO NOT REQUEST VIA MAIL as no paper copies will be issued. It is important to check this site frequently for any updates/amendments. When the solicitation and all associated documents have been downloaded, it is important to read the solicitation in its entirety because there are dates, terms and conditions that must be met by the prospective offeror in order for the proposal to be considered responsive.


Point of Contact:


Alison Sowka, Contracting Specialist, Phone 575-572-0671, Email alison.sowka@us.af.mil


Sally Roberts, Contracting Officer, Phone 575-572-5293, Email sally.roberts@us.af.mil


Alison K. Sowka, Contracting Specialist, Phone 5755720671, Email alison.sowka@us.af.mil - Sally D. Roberts, Contracting Officer, Phone 575-572-5293, Email sally.roberts@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP