Skip to main content

An official website of the United States government

You have 2 new alerts

National Elevator Construction and Modernization IDIQ (NAICS SIZE CORRECTION)

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: Sources Sought (Updated)
  • Updated Published Date: Jun 01, 2023 06:16 am EDT
  • Original Published Date: May 30, 2023 02:54 pm EDT
  • Updated Response Date: Jul 05, 2023 11:59 pm EDT
  • Original Response Date: Jul 05, 2023 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 20, 2023
  • Original Inactive Date: Jul 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    USA

Description

Description

THIS IS A SOURCES SOUGHT SYNOPSIS NOTICE ONLY.  NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The Government is not obligated to and will not pay for information received as a result of this announcement.  Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.

GSA’s Public Buildings Service (PBS) is issuing this Sources Sought Notice to request industry feedback on the best way to structure the IDIQ contracts described in this Sources Sought Synopsis Notice for nationwide Design-Build Elevator Modernization and Construction. 

In addition, the intent of this notice is to identify potential offerors for market research purposes, and to determine whether to set-aside all or any portion of this requirement for small and small disadvantaged business concerns including firms certified as U.S. Small Business Administration (SBA) 8(a), Historically Underutilized Business (HUB) Zone, Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB). The North American Industrial Classification System (NAICS) code for this potential procurement is 238290 (Other Building Equipment Contractors), with a Small Business Size Standard of $22 million. Additionally, this announcement seeks to learn of any joint ventures or mentor-protege agreements between elevator manufacturing companies which perform design, modernization, and construction and small businesses. 

The General Services Administration (GSA), Public Buildings Service intends to award National GSA-wide Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract(s) for Elevator Manufacturing or Modernization/Construction companies with Design/Build capabilities to support the major modernization or construction of federal buildings at locations throughout the United States of America.  GSA conducts its business activities through 11 offices (known as GSA Regions) throughout the United States. These regional offices are located in Atlanta, Boston, Chicago, Denver, Fort Worth, Kansas City (Missouri), New York City, Philadelphia, San Francisco, Seattle (Auburn), and Washington, D.C. Depending on market research, any potential solicitation and potential contract award may serve all 11 GSA regions or zones may be created.  In the case of zone creation, vendors would be required to serve all areas within the zone, or if applicable, multiple zones. A map of GSA Regions may be found via the following link: www.gsa.gov/about-us/gsa-regions 

  1. New England Region 1 - Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont
  2. Northeast and Caribbean Region 2 - Northern New Jersey, New York, Puerto Rico, U.S. Virgin Islands
  3. Mid-Atlantic Region 3 - Delaware, Maryland, Southern New Jersey, Pennsylvania, Virginia, West Virginia
  4. Southeast Sunbelt Region 4 - Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee
  5. Great Lakes Region 5 - Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin
  6. Heartland Region 6 - Iowa, Kansas, Missouri, Nebraska
  7. Greater Southwest Region 7 - Arkansas, Louisiana, New Mexico, Oklahoma, Texas
  8. Rocky Mountain Region 8 - Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming
  9. Pacific Rim Region 9 - Arizona, California, Hawaii, Nevada
  10. Northwest/Arctic Region 10 - Alaska, Idaho, Oregon, Washington
  11. National Capital Region 11 - District of Columbia, Maryland, Virginia

Security requirements will be addressed per Task Order. In order to be eligible to perform under these security requirements, the contractor must possess a Top Secret (TS) Facility Security Clearance (FCL). Specifically designated personnel requiring access to classified information or to the Controlled Access Areas (CAA) must also possess appropriate security clearances based on the classification of the project.

Insurance

Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials.

Bonding Requirements

For informational purposes, it's expected that a minimum payment bond aggregate bonding capacity of $20,000,000 is required.

Performance and payment bonds are required for any construction contract exceeding $150,000.

Contract Requirements

The period of performance for the proposed contract: base period with four (4) option periods.

Type of Work

Task orders may include the survey and design of public elevators, and the construction, including total elevator modernization of elevator cars located within Federal Buildings in any region identified above. Elevator modernization as defined includes complete upgrades of all components including but not limited to replacement of elevator equipment and system components including elevator controllers, elevator hoist motors, hoist cables, car platform, safety plank, sheaves and pulleys, cab interiors, cab fans, car operating panels, top-of-car panel, spring buffers, pit ladders, pit drain & piping, guide rails, guide rollers, hoistway doors, door thresholds, door operators, elevator recall systems, EMR duct detectors, smoke detectors, hoistway heat detector, EMR HVAC and control systems, or other components to maximize energy efficiency, reduction of cost per tonnage to operate, and maximum performance capabilities based on design application and use. Replacing pieces and individual components of elevators is not defined as construction or modernization but maintenance.  The expectation is a complete upgrade to be defined in the scope of this effort.  There is currently a national elevator maintenance effort; maintenance will not be included in the scope. GSA uses an elevator standard, P100 which can be reviewed -  https://www.gsa.gov/real-estate/design-and-construction/engineering-and-architecture/facilities-standards-p100-overview 

Overall, the scope of task orders will be to implement and successfully execute a complete design-build construction project to modernize existing elevators or to construct new elevators. A separate pricing request for additional Private Elevators (non-residential, e.g. certain courthouse elevators) may be requested as an ADD Option at the discretion of the GSA Task Order Contracting Officer and may be implemented under the contract as a modification during the project duration. Escalator modernization and construction is also being considered. Interested parties shall be capable of providing the services associated with the aforementioned competencies.

System for Award Management Registration (www.sam.gov)

All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE) www.SAM.gov .

Response to Sources Sought

Interested sources are invited to email their answers to the Sources Sought Synopsis questionnaire (https://forms.gle/9X14tSG8KCLDXebS9 ) NO LATER THAN: July 5, 2023, at 11:59 P.M. EST. For any problems or questions about the link, please contact Ericka.Wilson@gsa.gov .

Contact Information

Contracting Office Address

  • PBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORT 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History