127EAX26Q0016 Nogales Waterline Connection - Coronado NF
Agency: USFS Region 5: Pacific Southwest Region
Location: Arizona
NAICS: 237110
| Agency | MICC Yuma Proving Ground |
|---|---|
| Deadline | 05/19/26 |
| Posted | 05/07/26 |
| Estimated Value | $90,000 - $225,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance |
| PSC | J039 - Maint/Repair/Rebuild Of Equipment- Materials Handling Equipment |
| Location | Yuma Proving Ground, AZ 85365 United States |
REQUEST FOR QUOTE (RFQ) The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for is to provide comprehensive elevator maintenance and inspection services. The requirement includes monthly preventative maintenance, monthly inspections, routine cleaning, routine service orders, repairs, annual Arizona State certification performed by a state certified technician, and occasional emergency call outs for three (3) elevators located at the U.S. Army Yuma Proving Ground. This will result in a non-personal services contract. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform services specified in Part 5 of the PWS. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number W9124R-26-Q-A008 is issued as a Request for Quote for comprehensive elevator maintenance and inspection services. This acquisition is 100% set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The solicitation and resultant award will consist of Contract Line-Item Number (CLIN) 0001, 0002, 1001, 1002, 2001. 2002, 3001, 3002, 4001, and 4002 refer to Attachment 3 - W9124R-26-Q-A008 SF 1449. Offeror is required to provide a unit price and total overall price on CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002. Offeror must quote on all items to be eligible for award. This solicitation will result in a single-award, Firm Fixed Price contract. The North American Industry Classification Systems (NAICS) Code is -811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance which was considered and selected as this industry comprises establishments primarily engaged in the repair and maintenance of commercial and industrial machinery and equipment. Establishments in this industry either sharpen/install commercial and industrial machinery blades and saws or provide welding (e.g., automotive, general) repair services; or repair agricultural and other heavy and industrial machinery and equipment (e.g., forklifts and other material handling equipment, machine tools, commercial refrigeration equipment, construction equipment, and mining machinery). The associated SBA size standard for the referenced NAICS is $12.5 million. The period of performance including all options is:
01 June 2026 through 31 May 2027
01 June 2027 through 31 May 2028
01 01 June 2028 through 31 May 2029
01 June 2029 through 31 May 2030
01 June 2030 through 31 May 2031 Offeror that fails to furnish required representation or technical information as required by Federal Acquisition provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), whereby Technical Capability is the primary factor in accordance with technical requirements in the PWS, and Lowest Price is the secondary factor when the proposal meets the acceptability standards identified. Tradeoffs are not permitted. An award will be made on an all-or-nothing basis. To meet the technical capability requirements, the offeror shall provide the resume of a qualified technician that possesses, maintains the certifications, and is able to provide the annual certificates of inspection in accordance with Section 5 of the Performance Work Statement. The quote shall include all transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your quoted price. Payment will be made through Wide Area Workflow see clause 252.232-7006. Delivery shall be made to USAYPG, AZ 85365-9498 with F.O.B (Freight on Board) Destination in accordance with FAR 52.247-34. If you have any questions, please contact Damaris Castillo, Contract Specialist, by phone at (928) 328-2845 or by email at damaris.i.castillo.civ@army.mil or Amanda M. Ramirez, Contracting Officer, by phone at (928) 328-4146 or by email at amanda.m.ramirez24.civ@army.mil prior to closing. This solicitation closes on Tuesday, 19 May 2026 at 12:00 pm (noon) Mountain Standard Time (MST). Electronic quotations are acceptable and must be received on or before the closing date and time of this solicitation. Quotes are required to be sent by e-mail to the point of contact specified in this solicitation. You must include reference to RFQ W9124R-26-Q-A008 in the subject line. Attachments:
Attachment 2 - Service Contract Act WD 2015-5475 Rev.28 Attachment 3 - W9124R-26-Q-A008 SF 1449 Technical Exhibit 1 - Estimated Workload Data Technical Exhibit 2 - Elevator Inventory Technical Exhibit 3 - Service Order Request
Background The United States Army Yuma Proving Ground (USAYPG) in Yuma, Arizona is seeking quotes for comprehensive elevator maintenance and inspection services. The goal of this contract is to ensure the proper functioning and safety of three elevators located at the USAYPG through regular maintenance and inspections, as well as compliance with state certification requirements. Work Details The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the following tasks: monthly preventative maintenance, monthly inspections, routine cleaning, routine service orders, repairs, annual Arizona State certification performed by a state-certified technician, and occasional emergency call-outs for three elevators. The contractor must adhere to standards set by the State of Arizona, Federal Government regulations, ANSI A.17.1 standards, NFPA 70 & 252 codes, and OSHA regulations. Specific tasks include: - Monthly preventive maintenance and repair of three elevators at YPG. - Monthly and annual inspections of elevators with reports submitted to the Contracting Officer's Representative (COR). - Emergency service response when required. - Regular cleaning and lubrication of equipment components. - Proper adjustment of cables and moving parts. - Repair or replacement of any defective parts affecting safety. Period of Performance The period of performance includes a base year from June 1, 2026 to May 31, 2027 and four optional periods each lasting one year from June 1 through May 31 for the years 2027 to 2031. Place of Performance The services will be performed at the U.S. Army Yuma Proving Ground located in Yuma County, Arizona.
| Contact name | Damaris Castillo |
|---|---|
| Contact email | damaris.i.castillo.civ@army.mil |
| Contact phone | (928) 328-2845 |
| Secondary contact name | Amanda Ramirez |
| Secondary contact email | amanda.m.ramirez24.civ@army.mil |
| Secondary contact phone | (928) 328-4146 |
Agency: USFS Region 5: Pacific Southwest Region
Location: Arizona
NAICS: 237110
Agency: Central Federal Lands Highway Division
Location: Arizona
NAICS: 237310
Agency: VISN 21: Sierra Pacific Network
Location: Arizona
NAICS: 531120
Agency: Indian Health Service
Location: Arizona
NAICS: 513210