Search Contract Opportunities

Elevator Maintenance Service at Four Minnesota Locations   4

ID: 47PF0025R0003 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Solicitation 47PF0025R0003, Provide "Elevator Maintenance Services" at the following four locations:

Location #1: Diana E. Murphy U.S. Courthouse, Minneapolis, MN

Location #2: Warren E. Burger Federal Building & U.S. Courthouse, St. Paul, MN

Location #3: Paul D. Wellstone Federal Building, Minneapolis, MN

Location #4: Edward J. Devitt U.S. Courthouse, Fergus Falls, MN

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).

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 June 1, 2025. 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: Donald McFall, donald.mcfall@gsa.gov and Sarah Jayjack, sarah.jayjack@gsa.gov.

Any questions regarding this notification should be directed to the Contract Specialist, Donald McFall, donald.mcfall@gsa.gov.

Background
The General Services Administration (GSA) is issuing this solicitation for elevator maintenance services at four federal courthouse locations in Minnesota. The goal of the contract is to ensure the safety and efficiency of building elevators while maintaining the assets of the buildings. This procurement is open to all business concerns, with encouragement for participation from woman-owned, veteran-owned, service-disabled veteran-owned, HUBZone, and small disadvantaged businesses.

Work Details
The contractor will provide performance-based elevator maintenance services which include management, supervision, labor, materials, supplies, repair parts, tools, and planning and scheduling of all work. The contractor must ensure that all elevator equipment operates at high efficiency levels in compliance with current energy conservation requirements and recognized codes and standards. All work must adhere to applicable Federal, State, County, and City laws and codes. The contractor is also required to follow industry practices including OSHA regulations.

Period of Performance
The contract will commence on or about June 1, 2025, for a base period of one year with options for four additional consecutive one-year extensions plus an additional six months.

Place of Performance
Elevator maintenance services will be performed at the following locations in Minnesota: Diana E. Murphy U.S. Courthouse (Minneapolis), Warren E. Burger Federal Building & U.S. Courthouse (St. Paul), Paul D. Wellstone Federal Building (Minneapolis), and Edward J. Devitt U.S. Courthouse (Fergus Falls).

Overview

Response Deadline
Feb. 10, 2025, 3:00 p.m. EST (original: Feb. 5, 2025, 3:00 p.m. EST) Past Due
Posted
Jan. 6, 2025, 3:04 p.m. EST (updated: Jan. 30, 2025, 2:47 p.m. EST)
Set Aside
None
Place of Performance
Minneapolis, MN 55401 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
On 1/6/25 PBS Region 5: Great Lakes Region issued Solicitation 47PF0025R0003 for Elevator Maintenance Service at Four Minnesota Locations due 2/10/25. The opportunity was issued full & open with NAICS 238290 and PSC Z1AA.
Primary Contact
Name
Donald McFall   Profile
Phone
(773) 712-5023

Secondary Contact

Name
Sarah E. Jayjack   Profile
Phone
(216) 522-2325

Documents

Posted documents for Solicitation 47PF0025R0003

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 47PF0025R0003

Award Notifications

Agency published notification of awards for Solicitation 47PF0025R0003

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PF0025R0003

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PF0025R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PF0025R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PF0025R0003

Experts for Elevator Maintenance Service at Four Minnesota Locations

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R5
FPDS Organization Code
4740-47PF00
Source Organization Code
100170348
Last Updated
Feb. 25, 2025
Last Updated By
donald.mcfall@gsa.gov
Archive Date
Feb. 25, 2025