Search Contract Opportunities

Elevator Maintenance, ATL ATCT, Atlanta, GA   2

ID: 697DCK-24-R-00400 • Type: Solicitation

Description

This Solicitation (SIR) is for Elevator Maintenance for the Federal Aviation Administration (FAA) Atlanta Air Traffic Control Tower (ATL ATCT) in Atlanta, GA to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-24-R-00400.
There is no set aside designated. The principal North American Industry Classification System (NAICS) code applicable to this effort is 238290 - Other Building Equipment Contractors.
The resulting award will be Firm-Fixed Price Contract.

An optional Site Visit will be held on Monday, March 3, 2025 at 9:00 am Local Time. Attendance is recommended, however, not required. Please email the names of those attending and the name of the company they are representing no later than 3:00 pm Eastern Time, Friday, February 28, 2025 to Shawn.Williams@faa.gov and cc: Veronica.L.Ransom@faa.gov. Each company will be limited to two (2) attendees. The address to the ATL ATCT is 1106 MH Jackson Service Road, Atlanta, GA 30354. Government-issued photo ID is required to enter each campus. Questions will not be answered during the site visit. Please document all your questions while at the site visit and submit them to Veronica L. Ransom via email at Veronica.L.Ransom@faa.gov by the date and time as directed below.

Questions or comments pertaining to this SIR must be submitted in written form via email to Veronica L. Ransom at Veronica.L.Ransom@faa.gov no later than 6:00 pm Eastern Time on Tuesday, March 4, 2025. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 6:00 pm Eastern Time on Thursday, March 6, 2025.
All responses must reference the solicitation number (697DCK-24-R-00400) and be submitted to the following email addresses: Veronica.L.Ransom@faa.gov.

SA18 PROPOSAL CONTENT

Submission of Offer. An Offeror shall submit an offer which shall include the following.

Proposal (Provide 1 copy).

NOTE: The contractor's proposal shall include:

[ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken.

[ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued).

[ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST through Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed.

[ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract.

[ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019).

[ ] No less than three (3) Past Experience References of similar work (e.g. must be elevator maintenance services of a similar size and scope to the requirements in the SIR).

[ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that shows completion of similar work (e.g. must be elevator maintenance services of a similar size and scope to the requirements in the SIR).

SA61 CONSIDERATION OF PRICE - LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) SOURCE SELECTION

The offeror must submit pricing information as prescribed in PART I - SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Each offeror is required to provide a price for each contract line item (CLIN). Failure to comply may result in the rejection of the subject offer. A single award will be made. There shall be no split award. In the event that the CLIN price for any line item is materially unbalanced, the entire offer may be rejected without discussion with the offeror. In the event of any disparity between the CLIN price and the total offered price, the CLIN price shall be deemed correct, and the total offered amount shall be revised accordingly, unless available information indicates otherwise.
(End of Provision)

Contractors must be registered with the System for Award Management (www.sam.gov) with an Active status on the date established for receipt of offers (December 11, 2023). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.
DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH VERONICA L. RANSOM, CONTRACT SPECIALIST AND/OR JENNIFER J. DAVIS, CONTRACTING OFFICER, VIA EMAIL ( Veronica.L.Ransom@faa.gov / Jennifer.J.Davis@faa.gov ). NO PHONE CALLS WILL BE ACCEPTED.
MILESTONES
SIR posted 2/21/25

Site Visit Attendee List Due 2/28/25 by 3:00 pm ET

Site Visits 3/3/25 at 9:00 am Local Time

Questions Due 3/4/25 by 6:00 pm ET

Answers/Amendments Posted By (if necessary) 3/6/25 by 6:00 pm ET

Proposals Due 3/13/25 by 5:00 pm ET

All submissions must be received no later than 5:00 pm Eastern Time on Thursday, March 13, 2025. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted.

The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.

Background
This solicitation is issued by the Federal Aviation Administration (FAA) for elevator maintenance services at the Atlanta Air Traffic Control Tower (ATL ATCT) located in Atlanta, GA. The goal of this contract is to ensure the operational availability and safety of the elevators used in air traffic control operations, which are critical to the FAA's mission of ensuring safe and efficient air travel.

Work Details
The contractor is required to provide a full-service maintenance program for the elevators, which includes preventive maintenance, inspections, tests, adjustments, and repairs. The specific tasks include:
1. Maintenance of three traction elevators and one traction MRL elevator located at 1106 MH Jackson Service Road, Atlanta, GA 30354.
2. Ensuring a minimum elevator operational availability of 97% with no more than four unscheduled outages per year.
3. Compliance with the latest editions of ASME A17.1 - Safety Code for Elevators and Escalators and ASME A18.1 - Safety Standard for Platform Lifts and Stairway Chairlifts.
4. Provision of qualified personnel including elevator mechanics and supervisory staff as needed to meet contract requirements.

Period of Performance
The contract period is from April 1, 2025, to March 31, 2026, with options for additional years up to a total of five years.

Place of Performance
Elevator maintenance services will be performed at the Atlanta Air Traffic Control Tower located at 1106 MH Jackson Service Road, Atlanta, GA 30354.

Overview

Response Deadline
March 13, 2025, 5:00 p.m. EDT Past Due
Posted
Feb. 21, 2025, 12:36 p.m. EST (updated: March 6, 2025, 5:46 p.m. EST)
Set Aside
None
Place of Performance
Atlanta, GA 30354 United States
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
On 2/21/25 Southern Region issued Solicitation 697DCK-24-R-00400 for Elevator Maintenance, ATL ATCT, Atlanta, GA due 3/13/25. The opportunity was issued full & open with NAICS 238290 and PSC J056.
Primary Contact
Name
Veronica L. Ransom   Profile
Phone
None

Secondary Contact

Name
Jennifer J. Davis   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
POC Shawn Williams Profile shawn.williams@faa.gov None

Documents

Posted documents for Solicitation 697DCK-24-R-00400

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 697DCK-24-R-00400

Award Notifications

Agency published notification of awards for Solicitation 697DCK-24-R-00400

Contract Awards

Prime contracts awarded through Solicitation 697DCK-24-R-00400

Incumbent or Similar Awards

Contracts Similar to Solicitation 697DCK-24-R-00400

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 697DCK-24-R-00400

Similar Active Opportunities

Open contract opportunities similar to Solicitation 697DCK-24-R-00400

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > FAA SOUTHERN REGION
FPDS Organization Code
6920-69A546
Source Organization Code
500023574
Last Updated
March 29, 2025
Last Updated By
veronica.l.ransom@faa.gov
Archive Date
March 28, 2025