Skip to main content

An official website of the United States government

You have 2 new alerts

Elevator Maintenance Region A1

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: Aug 15, 2024 04:46 pm EDT
  • Original Published Date: Jul 25, 2024 05:18 pm EDT
  • Updated Date Offers Due: Aug 26, 2024 02:00 pm EDT
  • Original Date Offers Due: Aug 19, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 15, 2024
  • Original Inactive Date: Oct 15, 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:
    Schenectady , NY
    USA

Description

THIS REQURIEMENT IS SOLICITED AS A FULL AND OPEN COMPETITION

THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS

The Army Contracting Command – New Jersey (ACC-NJ) on behalf of the 99th Readiness Division DPW has a requirement to procure new Elevator Maintenance Services. The scope of this requirement  is to maintain fully operational and in accordance with local building codes elevators in the designated facilities in accordance with the Performance Work Statement at NY060 SSG Horace D. Bradt USARC, 1201 Hillside Avenue, Schenectady, NY, 12309-3501, NY116 SGT Catalin D. Dima AFRC, 910 Raz Avenue, New Windsor, NY, 12553-4704, & NY128 SGT Shawn M. Farrell II, 1001 Kings Highway, Saugerties, NY, 12477-4342.

The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four 12-month option periods from date of cfontract award.

The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov

See Federal Acquisition Regulation (FAR) Clause 52.212-1, “Instructions to Offerors – Commercial Services” and FAR 52.212-1, Addendum for additional information.

See FAR Clause 52.212-2, “Evaluation – Commercial Services” and FAR 52.212-2, Addendum for additional information and evaluation criteria.

A site visit is not mandatory but is highly recommended. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site Visit is available upon request 24 hours prior to the dates listed below. Offerors requesting a site visit shall provide a list of attendees to include the company name, visitor’s names, driver’s license numbers and state of issues, and vehicle information (make/model/license plate number). Visitors must have a driver’s license or state issued ID and proof of auto insurance for entry. The site visit dates and times are as follows:

NY060 - SSG Horace D. Bradt USARC

PRIMARY SITE VISIT DATE

30 JULY 2024

1:00 PM EST – 4:00 PM EST

ALTERNATE SITE VISIT DATE

2 AUGUST 2024

1:00 PM EST – 4:00 PM EST

NY128 - SGT Shawn M. Farrell II

PRIMARY SITE VISIT DATE

30 JULY 2024

9:00 AM EST – 12:00 PM

ALTERNATE SITE VISIT DATE

2 AUGUST 2024

9:00 AM EST – 12:00 PM EST

NY116 - SGT Catalin D. Dima AFRC

PRIMARY SITE VISIT DATE

6 AUGUST 2024

9:00 AM EST – 12:00 PM EST

ALTERNATE SITE VISIT DATE

8 AUGUST 2024

9:00 AM EST -12:00 PM EST

ALL VENDORS MUST CONTACT THE BELOW POINT OF CONTACT VIA E-MAIL IF THEY PLAN TO ATTEND. PLEASE PROVIDE WHAT DATE YOU WILL BE ATTENDING.

NY060 - SSG Horace D. Bradt USARC

Primary Point of Contact

Chris Pothier

Chris.n.pothier.ctr@army.mil

Secondary Point of Contact

Michael Moseman

Michael.moseman.civ@army.mil


 

NY128 - SGT Shawn M. Farrell II

Primary Point of Contact

Chris Pothier

Chris.n.pothier.ctr@army.mil

Secondary Point of Contact

Michael Moseman

Michael.moseman.civ@army.mil

NY116 - SGT Catalin D. Dima AFRC

Primary Point of Contact

Jim Johnson

james.m.johnson1145.ctr@army.mil

Secondary Point of Contact

Michael Moseman

Michael.moseman.civ@army.mil

All questions regarding this solicitation shall be submitted via Email no later than 10:00 AM EST on FRIDAY 9 AUGUST 2024 to the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil. The questions will be answered all at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.

COMPLETING A QUOTE FOR SUBMITTAL (addendum)

Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email   to Ryan Nicklous at ryan.p.nicklous.civ@army.mil and Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov.

The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made wit respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.

The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.

The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.

Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.

The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 “Insurance – Work on a Government Installation” and “Required Insurance”.

The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended.  Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection.

All services shall be performed in accordance with the Performance Work Statement (PWS)

All offers shall remain valid for 120 calendar days.

SAM Eunique ID#:__________________________

CAGE(commercial and government entity)code___________________

Federal Tax ID __________________

Multiple proposals will not be accepted.
 

The following are part of this solicitation: no further attachments.

Contact Information

Contracting Office Address

  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History