SOURCES SOUGHT DESCRIPTION:
THIS IS A SOURCES SOUGHT NOTICE, RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
By way of this Market Survey/Sources Sought Notice, the USACE-Buffalo District intends to determine the extent of firms that are engaged in providing the services described hereunder for the MMD Elevator Maintenance.
This Sources Sought Notice is issued solely for informational, market research, and planning purposes only and does not commit the government to any further contract actions, i.e., solicitation and/or contract. Respondents are advised that the United States Government will not pay for any information or administrative cost incurred in responding to this Sources Sought Notice. Not responding to this Sources Sought Notice does not preclude participation in any future Request for Proposals (if any) that may be issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. This is not a solicitation announcement; this is a Request for Information (RFI) only.
This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this agency will not pay for any information or administrative costs incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense.
At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.
GOVERNMENT REQUIREMENTS:
The elevator is a single worm and gear, single-wrap, traction type with motor brake, equipped with a single automatic push-button type control. The elevator is rated at 9,000 lbs. load capacity. It provides service to seven levels of the dam. The elevator machinery room is located above the hoist-way on the elevator equipment platform in the Operations Tower. The elevator equipment platform contains the drive mechanism, governor and controller. The drive mechanism consists of a 35 HP drive motor, a ½ HP brake motor and cable pulley assembly. All equipment is enclosed in a protective safety cage. The elevator was manufactured by Houghton Elevator Company and originally installed in 1952.
This project at Mount Morris Dam includes all corrective and preventative maintenance. All lubricants, oils, greases, rope preservatives, and cleaning materials are to be furnished by the Contractor.
The Contractor shall be a licensed Elevator Electrical and Mechanical Contractor in New York State for a minimum of the last 3 years. Contractor personnel performing elevator tests and inspections shall meet the minimum qualifications in the Standard for the Qualification of Elevator Inspectors ASME QEI-1.
Contract duration is estimated at 5 years, with one base year and 4 option years.
The estimated cost range is Between $25,000 and $100,000.
REQUESTED INFORMATION:
This Agency requests that interested contractors complete the following questions to assist the government in its efforts.
1. Provide firm’s name and BUSINESS SIZE, Contractor’s Unique Entity Identifier (formerly DUNS Number) and CAGE Code, address, point of contact, phone number, and e-mail address. Contractors are REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 – Policy (a).
2. In consideration of North American Industry Classification System (NAICS) code 238210, with a small business size standard of $19 Million, which of the following small business categories is your business classified under, if any? Small Business, Service-Disabled, Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business.
3. Describe the firm’s bonding capability. Is your firm capable of obtaining a performance and payment bond for a construction project valued between the project’s magnitude of costs?
4. Descriptions of Experience – Interested firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.
NOTE: Total submittal package shall be no longer than 5 pages. Please only include a narrative of the requested information.
SUBMISSION OF RESPONSES:
Respondents interested in providing a response to this Notice shall provide their submittals to Christina Landis prior to 1:00 p.m. EDT on May 28, 2025 via email to: christina.m.landis@usace.army.mil with copy to Walter Kamad at walter.kamad@usace.army.mil.
In all correspondence, reference MMD Elevator Maintenance
Electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to email inbox. NEGATIVE REPLIES ARE WELCOMED. All interested sources must respond to future solicitation announcements separately from responses to this market survey