Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

J -- SPC Elevator Maintenance Services

Notice Date
6/30/2025 6:38:49 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM25N0048
 
Response Due
7/24/2025 12:00:00 PM
 
Archive Date
08/08/2025
 
Point of Contact
Gloria Paul, Lenny Le
 
E-Mail Address
PaulG2@state.gov, lelt@state.gov
(PaulG2@state.gov, lelt@state.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis The U.S. Department of State (DOS), Overseas Buildings Operation�s (OBO) Office of Special Projects Coordination is seeking interested elevator maintenance contractors to participate in a partial set-aside competitive procurement under FAR 52.215-1, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support diplomatic facilities abroad. Interested contractors must possess at the time of Task Order a U.S. Government Top Secret Facility Clearance and provide Top Secret cleared Qualified Elevator Technicians for the duration of the project. Mechanics/technicians and apprentices must provide credentials substantiating qualifications through the International Union of Elevator Constructors or equivalent accrediting agency. Mechanics/technicians must have a minimum of 5 years� experience and be willing and capable of long-term deployments overseas. provide Top Secret Cleared Qualified Elevator Technicians for the duration of each task order issued under the IDIQ contract. The contract term will be for a one-year base period from the date of contract award, with four (4) one-year option periods. The proposal due date is July 24, 2025. The U.S. Department of State anticipates awarding at least three indefinite delivery-quantity contracts under this potential solicitation. Contractors will be asked to provide both part time and full-time staff stationed at US Diplomatic facilities abroad to perform maintenance, repair, testing and modernization of vertical transportation equipment. Interested contractors should submit relative information that demonstrates a history of maintaining equipment in a safe and reliable manner. Eligible contractors must demonstrate an ability to support devices made by all OEM and third-party suppliers including the procurement of spare parts and technical support. All interested firms must possess or be able to obtain a Final Top Secret Facility clearance at the time of task order issuance. In accordance with the FAR 52.216-22, �Indefinite Quantity�, the minimum for this quantity contract shall be $5,000. The maximum for this indefinite quantity-contract (including options) shall be any quantity or combination of supplies and services equal to $10,000,000 over the life of the contract. This is an Indefinite-Delivery, Indefinite-Quantity (IDIQ contract) The Department intends to award up to three (3) IDIQ contracts. Task Orders issued under the IDIQ may be Time and Materials (T&M), and Firm Fixed Price (FFP) in accordance with Federal Acquisition Regulation (FAR) Part 16.5.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86a7a2afd7a44e549ca828bb258cde4d/view)
 
Place of Performance
Address: Rosslyn, VA, USA
Country: USA
 
Record
SN07493366-F 20250702/250630230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.