Elevator Services - Multiple Locations in MI
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Feb 29, 2024 12:36 pm EST
- Original Published Date: Feb 21, 2024 11:18 am EST
- Updated Date Offers Due: Mar 22, 2024 02:00 pm EDT
- Original Date Offers Due: Mar 22, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 06, 2024
- Original Inactive Date: Apr 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
- NAICS Code:
- 238290 - Other Building Equipment Contractors
- Place of Performance: Detroit , MI 48226USA
Description
Provide "Elevator Maintenance Services" at the following three locations:
Location #1: Theodore Levin U.S. Courthouse, Detroit, MI
Location #2: Port Huron Federal Building, Port Huron, MI
Location #3: Rosa Parks Federal Building, Detroit, MI
Project Summary Description: This project is for a firm fixed-price contract. This procurement will be solicited on a full and open unrestricted basis. The work of this project is defined by the Contract Documents. This project includes, but is not limited to, providing performance based elevator maintenance service to ensure the safety of the building elevators and to maintain the building assets. The contractor will provide all management, supervision, labor, materials, supplies, repair parts, tools, and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified. All elevator equipment shall be operated and/or maintained at the highest levels of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA).
Offers will be due on March 22, 2024 (the actual date of receipt for proposals will be stated on the solicitation). No public bid opening procedures are applicable for this solicitation.
After award, the successful offeror will be given a written Notice to Proceed, and shall provide contractual services for a one year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about July 1, 2024. The Government shall have the unilateral option of extending the term of this contract for 4 consecutive additional periods of 1 year each with the option for an additional 6 months. This procurement is open to all business concerns. Woman owned, Veteran owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged businesses are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 238290 with a size standard of $22 million. This is a negotiated procurement. Best Value method will be used to determine awardee. Evaluation factors will consist of Past Performance and Total Evaluated Price.
The solicitation cited above can only be obtained by accessing a secure website known as sam.gov. SAM is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is available for use by all Federal agencies. In order to obtain information from sam.gov, you will first be required to register. All government contractors must be registered prior to submitting an offer. No federal materials can be downloaded until you have registered under this site. You may access SAM via the following URL https://www.sam.gov.
Potential offerors will be responsible for downloading the solicitation and monitoring the SAM website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted to General Services Administration, Public Buildings Service, Acquisition Management Division, Attn: Kelley Ann Walsh, kelley.walsh@gsa.gov.
Any questions regarding this notification should be directed to the Contract Specialist, Kelley Ann Walsh at kelley.walsh@gsa.gov.
Attachments/Links
Contact Information
Contracting Office Address
- R5 ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
- CHICAGO , IL 60604
- USA
Primary Point of Contact
- Kelley Ann Walsh
- kelley.walsh@gsa.gov
- Phone Number 8593076853
Secondary Point of Contact
- Sarah E. Jayjack
- sarah.jayjack@gsa.gov
- Phone Number 2165222325
History
- Apr 06, 2024 11:55 pm EDTSolicitation (Updated)
- Mar 19, 2024 11:55 pm EDTPresolicitation (Original)
- Feb 29, 2024 12:36 pm ESTSolicitation (Updated)
- Feb 26, 2024 09:38 am ESTSolicitation (Updated)
- Feb 21, 2024 11:18 am ESTSolicitation (Original)