Skip to main content

An official website of the United States government

You have 2 new alerts

Z1NZ--10/01/2024 | 436 Elevator Preventative Maintenance

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 17, 2024 07:41 pm MDT
  • Original Published Date: Sep 12, 2024 12:06 pm MDT
  • Updated Date Offers Due: Sep 19, 2024 03:00 pm MDT
  • Original Date Offers Due: Sep 19, 2024 03:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 19, 2024
  • Original Inactive Date: Oct 19, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1NZ - MAINTENANCE OF OTHER UTILITIES
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    See the Performance Work Statement , MT
    USA

Description

Amendment to a Previous Solicitation Page 1 of Amendment to a Previous Combined Solicitation Page 4 of 4 Amendment to a Previous Solicitation *= Required Field Amendment to a Previous Solicitation Page 1 of 4 Final Questions and Answers Question 1: Is there an incumbent who has performed these services in the past for the locations listed in the Solicitation? Government Response: These services are currently being performed by Elevated Technologies, Inc. dba Elevator Service under contract 36C25920C0023. Question 2: Is there a record of service logs we can get to see the conditions of the elevators? Government Response: Service logs will be available to the awardee of the contract. Question 3: Will the VA schedule a site visit for interested offerors? Government Response: There will not be a site visit scheduled for this solicitation. Question 4: What changes were made from the previous contract to the current one? Government Response: Please review the Performance Work Statement provided as an attachment to the subject solicitation in Sam.gov. All bidding should be based on the current solicitation, not from historic information. Question 5: What are the current make/models of the elevators currently in the facilities? Government Response: The current make/models, serial numbers, and type of each elevator were provided in the Performance Work Statement (PWS) attached to the solicitation on Sam.gov. Data repeated in the provided attachment 1. Question 6: During the course of the previous contract, were there any failures? If so, how many and for which elevators? Government Response: Average of at least 2 per month; various elevators. Question 7: During the course of the previous contract, were there any high value items (above $1,000) that needed to be replaced by the contractor? Government Response: Yes; replacement of batteries. Question 8: Will the incumbent be required to replace parts to correct all deficiencies found before October 1, 2024? Government Response: The incumbent will be expected to turn elevators over in an acceptable working condition. If there are deficiencies identified by the new contractor, corrections will be negotiated at that time. Question 9: How many stops does each elevator have? Government Response: See attachment 1. Question 10: Will the contract's invoicing be for the entire amount of hours on the pricing table regardless of the actual time spent? Government Response: Line-item table corrected below. Emergency line-item hours are estimated. The Contractor will only bill for the services used. Question 11: How are the hours distributed? Is there are defined schedule for the preventive maintenance hours per week? Government Response: Line-item table corrected below. Preventive maintenance is to occur monthly. Note: No additional questions will be answered at this time. Line-item table in section VI is hereby updated to the following below. Item # Base Year: 10-01-2024 to 09-30-2025  Quantities Unit  Unit Price Extended Amount  0001 Preventative Maintenance (Fort Harrison) 12 MO 0002 Preventative Maintenance (Miles City) 12 MO 0003 Emergency Repair Services (Fort Harrison) 16 hours HR   0004 Emergency Repair Services (Miles City) 8 hours HR   Base Year Total Option Year 1: 10-01-2025 to 09-30-2026  Quantities Unit  Unit Price Extended Amount  1001 Preventative Maintenance (Fort Harrison) 12 MO 1002 Preventative Maintenance (Miles City) 12 MO 1003 Emergency Repair Services (Fort Harrison) 16 hours HR   1004 Emergency Repair Services (Miles City) 8 hours HR   Option Year 1 Total Option Year 2: 10-01-2026 to 09-30-2027  Quantities Unit  Unit Price Extended Amount  2001 Preventative Maintenance (Fort Harrison) 12 MO 2002 Preventative Maintenance (Miles City) 12 MO 2003 Emergency Repair Services (Fort Harrison) 16 hours HR   2004 Emergency Repair Services (Miles City) 8 hours HR   Option Year 2 Total Option Year 3: 10-01-2027 to 09-30-2028  Quantities Unit  Unit Price Extended Amount  3001 Preventative Maintenance (Fort Harrison) 12 MO 3002 Preventative Maintenance (Miles City) 12 MO 3003 Emergency Repair Services (Fort Harrison) 16 hours HR   3004 Emergency Repair Services (Miles City) 8 hours HR   Option Year 3 Total Option Year 4: 10-01-2028 to 09-30-2029  Quantities Unit  Unit Price Extended Amount  4001 Preventative Maintenance (Fort Harrison) 12 MO 4002 Preventative Maintenance (Miles City) 12 MO 4003 Emergency Repair Services (Fort Harrison) 16 hours HR   4004 Emergency Repair Services (Miles City) 8 hours HR  Option Year 4 Total Contract Total

Contact Information

Contracting Office Address

  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA

Primary Point of Contact

Secondary Point of Contact





History