Elevator Modernization - Cheyenne Mountain Space Force Station

Agency:
State: Colorado
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159892722524553
Posted Date: Sep 12, 2023
Due Date: Sep 18, 2023
Solicitation No: FA251723Q0111
Source: Members Only
Elevator Modernization - Cheyenne Mountain Space Force Station
Active
Contract Opportunity
Notice ID
FA251723Q0111
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Sep 12, 2023 03:54 pm MDT
  • Original Published Date: Aug 28, 2023 04:05 pm MDT
  • Updated Date Offers Due: Sep 18, 2023 01:00 pm MDT
  • Original Date Offers Due: Sep 18, 2023 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 03, 2023
  • Original Inactive Date: Oct 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description

The purpose of this requirement is for a contractor to furnish all personnel, equipment, tools, materials, supplies, transportation, and labor necessary to perform elevator modernization services on the freight elevator (1) and passenger elevator (1) at Cheyenne Mountain Space Force Station (CMSFS), Colorado in accordance with (IAW) the attached Performance Work Statement (PWS).



SCOPE OF WORK:



1.1. Modernize the Passenger Elevator, located in Building 101. This modernization will require the upgrading or replacing of its electrical systems and all major associated equipment. These critical components that will be replaced are:




  1. Replace the current hydraulic power unit.

  2. Replace the hydraulic seals for the car shaft along with the elevator controller.

  3. Replace the motor and oil pump with a submersible system that will have both the pump and motor submerged in oil. (Power system upgrade).

  4. Modernize the cab door and fixtures

  5. Modernize the braking system.

  6. Provide a remodel of the cab itself resulting in a complete modernization of this passenger elevator.





1.2. Modernize the Freight Elevator, located in Building 1000. This modernization will require the upgrading or replacing of its electrical systems and all major associated equipment. These critical components that will be replaced are:




  1. Replace main elevator motor and controls, to include geared machine and sheave.

  2. Replace the rope gripper assembly controller.

  3. Replace the elevator car door opener motor and its controller, counterweight buffers.

  4. Replace all call buttons in and outside the elevator car to include emergency call buttons.

  5. Replace elevator door tracks and roller guides.

  6. Replace main and emergency braking system.





1.3. OPERATIONAL AND SPECIFIC TASKS:



1.3.1. Licenses and Permits. The Contractor shall obtain all necessary licenses and permits,



complying with all federal, state, and municipal laws, codes, and regulations applicable to the performance of the work if needed. The Contractor shall provide proof of such applicable licenses and permits upon Government request. Cheyenne Mountain Space Force Station’s Fire Department (719-474-3030) shall provide and issue hot works permit.



1.3.2. Scheduling. The contractor will coordinate with the Contracting Officer's Representative (COR) to schedule work to be performed. The COR will review, with the Optimization team, the modernization timeline and plan of execution.



1.3.3. Inspections. Contractor is required to perform a design review, prior to execution. The design review will be provided to the government, ensuring that all requirements are understood and will be met, prior to the start of work.



1.3.4. Work Schedule. Working hours for the Contractor will normally be between the hours of 7:00 a.m. and 4:00 p.m. excluding Saturdays, Sundays, and Federal Holidays (see section 4.2). On rare occasion, circumstances may require work to be completed in other than the aforementioned time frames and must be approved by the COR or the contracting officer in writing prior to the deviance. The contractor shall inform CMCC at the start and end of every shift at 719-474-3575/3558.



1.3.5. Work Area Access. This worksite is located on CMSFS within a restricted area for the Freight Elevator and all contractors must have proper authorization. The contractor’s company shall ensure contractors have been authorized to enter the installation, as well as the restricted area and must provide their own escorts, if necessary. 21CES/OL-CM can provide recommendations for approved escorts. Escorts may only escort 5 visitors onto the installation and up to 10 visitors within the restricted area. Visitors must always remain within sight of the escort. Upon acceptance of this contract, the contractor shall complete and submit a CMSFS Visitor Request to 21CES/OL-CM. All CMSFS Visitor Request requests shall be submitted no later than 15 business days prior to the first day of work. The Contractor shall coordinate EAL processing with 21CES/OL-CM Security Manager at 719-474-3151. Any contractor who fails to pass a background check will not be permitted to work on the installation. See appendix B for example letters requesting personnel access. The list must be on file with the 21 SFS before entry will be approved.



1.3.6. Vehicle and/or Electronic requirements. If contractor requires a vehicle to be driven into the restricted area additional information will be required, see attachment 3, Vehicle Authorization Request (VAR). All VAR requests shall be submitted no later than 15 business days prior to the first day of work. The Contractor shall coordinate VAR processing with 21CES/OL-CM Security Manager at 719-474-3151. If contractor requires a camera or computer in the restricted area additional information will be required, see attachment 4, Laptop/Computer/Electronic request. All requests shall be submitted no later than 15 business days prior to the first day of work. The Contractor shall coordinate processing with 21CES/OL-CM Security Manager at 719-474-3151.



1.3.7. Safety. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 (1910.146 and 1910.147) and 29 CFR 1926, and Air Force Occupational Safety & Health (AFOSH) AFOSH standards including 91-205. The Contractor shall also ensure that all work is performed in accordance with project identified national standards, military manuals, instructions, pamphlets, standards, and handbooks.



1.3.8. Environmental and Hazardous Material Handling. The Contractor shall provide and maintain Safety Data Sheets on all materials used in the performance of this contract. If any materials used in the performance of this contract are considered hazardous; the Contractor shall follow all local, state, and federal laws for proper management or transport of said hazardous waste. All potentially hazardous materials/toxics found or identified at CMSFS while executing this work will immediately be reported to the21CES/OL-CM COR 719-474-2734 and The Environmental Section at 719-474-2217.



1.3.8.1. Ensure employees handle any hazardous materials according to federal, state, or local laws and emergency response requirements. If required, a license for employees handling of hazardous materials shall be the Contractor’s responsibility and at their expense. Report any instances of spills, leaks, and/or inadvertent release of hazardous materials to Cheyenne Mountain Control Center (CMCC) at 719-474-3575/3558 and The Environmental Section at 719-474-2217 as soon as the event occurs.



1.3.8.2. The Government will provide the Contractor an AF Form 3952, Chemical/Hazardous Material Request Authorization, for all materials used on CMSFS. The Contractor shall have the form submitted back to 21CES/OL-CM at least 15 business days prior to the start of work.



1.3.8.3. The Contractor shall contact 21CES/OL-CM prior to generating any waste that is determined to be hazardous per the SDS. The Contractor is encouraged to contact 21CES/OL-CM Environmental at 719-474-2217 if assistance is needed in making a waste determination.



1.3.8.4. The Contractor shall submit copies of any records showing quantities of disposed hazardous materials and/or recycled materials to within 5 business days of disposal.



1.3.8.5. The area of work may contain lead and asbestos. Before any work begins, the contractor shall test for lead and asbestos. The contractor shall properly abate and or dispose of all lead and asbestos in the work area. The contractor shall retest the area after abatement is completed. All test results shall be provided by the contractor to the Government. These reports are the properties of the US Government and shall not be shared with third parties without written permission from the 21CES/OL-CM



1.3.9. Deliverables. At the completion of the contract, the Contractor is responsible for providing all reports/results for all tests performed, related to this project. Contractor shall provide and maintain all applicable documents and adequate records (a computer-generated report, listed by facility, showing each make, model, type, size, location, serial number, and annual inspection date) for condition and maintenance actions required, to include warranty data. This listing will also include the due date of the next annual and 5-year maintenance. This record will be made available within 14 days upon completion of work and prior to invoicing in Wide Area Workflow. A copy of the report will be sent via email to COR. This report becomes property of the US Government and shall not be shared with third parties without written permission from the 21CES/OL-CM.





SECTION II



2. SERVICE SUMMARY The Service Summary is a list of performance objectives and performance thresholds that represents the minimum acceptable level of performance. The performance objectives and thresholds will be verified by the COR, the Optimization team, and the Fire Emergency Personnel. Each performance objective represents a significant task as identified by the Government at the time of contract award. These performance objectives and performance thresholds represent only the significant task of this contract and do not excuse the Contractor from performance of other responsibilities identified in this PWS and its technical exhibits (TE). Additionally, performance objectives may be added or deleted, and performance thresholds raised or lowered during this contract.



2.1. Modernize the Passenger and Freight Elevators at CMSFS. See Table in PWS document.





SECTION III



3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES.



3.1. PROPERTY: The government will provide reasonable amounts of utilities (electricity and water) necessary to complete the work. These utilities will be provided from existing outlets and faucets. (Note: there is no gas service available).



3.2. SERVICES: The Government will provide forklift training as needed.





SECTION IV



4. GENERAL INFORMATION



4.1. Hours of Operation: Services will be delivered during the hours of 7:30 a.m.-4:00 p.m., Monday



through Friday. Services that require after hours work or inspections will be pre-coordinated and scheduled with the Contracting Officer's Representative (COR).



4.2. Observed Holidays. The contractor is not required to provide service on the following days:



New Year's Day (January)



Martin Luther King Day (January) President's Day (February) Memorial Day (May)



Juneteenth (Jun)



Independence Day (July)



Labor Day (September) Columbus Day (October) Veteran's Day (November) Thanksgiving Day (November) Christmas Day (December)



4.3. Green Procurement and Hazardous Materials/Waste: CMSFS promotes and prefers to acquire U.S. Environmental Protection Agency (EPA) list of EPA-design products at www.epa.gov/ Comprehensive Procurement Guideline (CPG) program is part of the U.S. Environmental Protection Agency (EPA) continuing effort to promote the use of materials recovered from solid waste. Buying recycled-content products ensures that the materials collected in recycling programs will be used again for the manufacture of new products. CMSFS prefers to acquire products that contain recycled-content, bio-based, energy efficient and low volatile organic compounds. Contractor is responsible for compliance with federal and state environmental laws and regulations applicable to work (CFR 40).



4.3.1. Hazardous Materials. In the accomplishment of this contract, non-flammable, environmentally friendly, biodegradable products IAW AFI 32-7080 and AFI 32-7086 must be used. Submit AF Form 3952; "Chemical/ Hazardous Material Request Authorization" and the manufacturer's "Material Safety Data Sheet (MSDS)", to the base HAZMART, Building 321, for all chemical used on CMSFS within two (2) weeks of contract award and within two (2) weeks after any new chemicals are purchased for use under this contract. No chemicals will be used on CMSFS prior to obtaining this approval. No chemicals/Refills will be stored on CMSFS. The contractor is responsible for containing, handling, and cleanup of all spills from this operation. Cost to dispose of spilled material and any other waste items resulting from the spill is the responsibility of the contractor. All spills, leaks and inadvertent release of hazardous materials will be immediately reported to the Fire Department by dialing 9-1-1 from the nearest available phone.



4.3.2. Hazardous Waste. All hazardous waste generated from contract activities will be disposed



of according to all federal and state regulations. The contractor is responsible for making



correct waste determinations for each waste stream. The contractor is responsible for waste packing, labeling, manifesting, and transportation from accumulation site to ultimate disposal. The contractor must ensure the waste goes to a properly permitted treatment/disposal facility and that all manifests and any other required documentation are available to the CMSFS Environmental Flight. The contractor is responsible to pay all costs associated with hazardous waste management and disposal. Any and all fines/penalties assessed by state, local or federal agencies for hazardous waste laws violated will be paid by the contractor. Contact the 21 CES Environmental Flight immediately at (719) 474-2217 or (719) 474-3620 upon hazardous waste generation. Contractor is responsible for meeting safety and occupational health regulations required by federal and state law.



4.4. Contractor Appearance. Present a neat appearance and be easily recognized as Contractor employees. Identification of all employees may be accomplished by wearing a company badge or by Contractor-provided distinctive clothing bearing the name of the Contractor. A Government-issued identification badge will be always worn visibly.



4.5. Quality Assurance. The government will evaluate the contractor's performance under this contract through on-site inspections and customer complaints. Fire inspectors will routinely perform quality checks during their scheduled and unscheduled building inspections.



4.6 Security Requirements for CMSFS.



4.6.1. Access. CMSFS is a Protection Level 1 (PLl), restricted area and special security procedures are utilized to deter espionage, sabotage, or theft of Air Force resources. Access to United States classified defense information by Contractor personnel during performance of this contract is prohibited. However, contract performance will be within a restricted area, which will require Contractor compliance with personnel security entry control procedures established by AFI 31-101 which is classified For Official Use Only and is not available online. However, the individual requirements are stated in the PWS. Authorized personnel may order a copy through the Air Force Portal or request a copy from the COR. Contractor will also comply with AFI 31-401 chapters 1, 5 Section C, and Attachments 1 and 3.



4.6.2. Entry. Contractor personnel performing work inside the restricted area will require a favorable National Agency Check (NAC) prior to starting work, 21 SFS/S-5 will conduct NAC after SFS receives a written personnel request for access from the COR.



4.6.3. Denied Entry. The Commander, SBD-1, reserves the right to deny any Contractor employee entry to CMSFS for security reasons, (with concurrence from the Contracting Officer, when feasible). Violations of, or deviation from, established security procedures by Contractor employees may result in confiscation of Air Force Entry Control Cards and denial of future entry to CMSFS restricted areas and denial to CMSFS.



4.6.4. CMSFS Visit Request Letter. The Contract Security Officer for the company must sign the request. UNDER NO CIRCUMSTANCES WILL POTENTIAL VISITORS BE PERMITTED TO HAND CARRY ANY PACKAGES CONTAINING THEIR OWN REQUEST FOR ENTRY. PRINCIPAL PURPOSE: To list the names of personnel authorized to perform various functions under this contract. ROUTINE USES: To ensure positive identification of personnel authorized to perform the listed functions. Full name, Date of Birth, Driver’s License Number & State is required for this identification. Disclosure is voluntary, however, failure to supply any required information may cause denial of entry to CMSFS or delays in processing of the CMSFS Visit Request Letter.



4.6.5. Issuance and Disposition of Air Force Entry Control Cards for CMSFS: If permanent Air Force Entry Control Cards are issued, the Contractor’s employees must present the badge for proper verification when requested by the COR or Security Forces personnel.



4.6.5.1. Air Force Entry Control Card Maintenance: The Contractor shall establish controls which assure the retrieval of badges issued to employees who strike, quit (with or without notice), die, are barred by an installation commander's written order, or removed for any reason.



4.6.5.2. Air Force Entry Control Card Loss: All lost/misplaced Air Force Entry Control Cards will be reported immediately to the COR personnel and the Security Forces administration section. The Contractor’s employee will comply with requests by the COR personnel for information regarding the circumstances surrounding the loss of their badge.



4.6.5.3. Requirements for Vehicle Entry into CMSFS: Only vehicles used to conduct official business and an authorization letter (Appendix B) from SBD-1/CC are allowed entry into the restricted area. The Contractor may be permitted to transport all needed personnel, materials, and equipment to the work site. Contractors will load/unload and leave the area. Propane fueled or compressed natural gas vehicles are prohibited within the restricted area. The Contractor must submit the request for a vehicle to enter the restricted area on company letterhead; and an officer of the company must sign the letter. The following required information must appear on vehicle request letters: Contract number, model of vehicle, make of vehicle, vehicle license number & state, vehicle identification number, whether gasoline powered and whether the vehicle will be parked temporarily inside the Cheyenne Mountain Complex (CMC). Submit the letter to the COR personnel for processing at least two (2) weeks before requested entry date. The Contractor will keep a copy of the vehicle entry authorization letter in each vehicle listed on the letter. The Contractor must show the letter to the entry controller each time the vehicle enters the CMC.



See Appendix B for example letters requesting vehicle access.



4.6.5.3.1. Fire Extinguisher: All vehicles entering the restricted area of CMC must be equipped with a Class ABC fire extinguisher with current certified inspection/service tags.



4.6.5.3.2. Searches: All Contractor vehicles, authorized to enter the restricted area, and all hand carried items will be subject to search before entering the restricted area. Cameras, tape recorders, private weapons, alcoholic beverages, explosives, ramset equipment, propane equipped vehicles, mace, Tasers and similar items are not allowed in the CMC without approval of the SBD-1/CC or higher authority. All vehicles are subject to random vehicle searches.



4.6.5.3.3. Vehicle Identification: The Contractor will maintain vehicles to present a neat, clean, and professional appearance. All vehicles will be in operable condition and meet the local, state, and federal safety requirements. The COR may inspect the Contractor's vehicles at any time and direct the removal of any objectionable vehicle from the installation. The Contractor will remove any vehicles found to be unsafe, unable to function as designed, or deemed unacceptable from the installation. The Contractor’s name or logo will be prominently displayed on both vehicle front doors, the right and left side, and should be visible for a distance of fifty (50) feet under normal lighting conditions.



4.6.6. Loading Dock Restrictions for CMSFS: The Contractor will have restricted access to the loading dock inside the restricted area. The loading dock is an emergency egress path and a minimum of a four-foot (4’) wide path shall be maintained at all times leading to and from the egress ramp. Vehicles waiting to load/unload will not be left running and the overhead rolling door must be closed following each use of the loading dock. Use of the loading dock inside the complex will be on a first-come first-served basis; however, use will be limited to 30 minutes. Vehicles left unattended in the loading dock area must have the keys left in the ignition for emergency egress procedures.



4.6.7. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander: In accordance with Department of Defense (DoD) Instruction (DoDI) 3020.37, paragraph E2.1.1., a crisis situation is defined as: “Any emergency so declared by the National Command Authority or the overseas Combatant Commander, whether or not U.S. Armed Forced are involved, minimally encompassing civil unrest or insurrection, civil war, civil disorder, terrorism, hostilities buildup, wartime conditions, disasters or international conflict presenting a serious threat to DoD interest.” It is determined that the Contractor is not required to perform services, under this contract, during a crisis unless otherwise directed by an authorized Government representative.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Aug 28, 2023[Solicitation (Original)] Elevator Modernization - Cheyenne Mountain Space Force Station

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >