ELEVATOR/ESCALATOR INSPECTION SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army (MICC-FT BELVOIR) has issued a Sources Sought Notice for Third-Party Elevator/Escalator Inspection Services at Joint Base Myer-Henderson Hall (JBMHH) and Fort McNair, Military District of Washington. This is a market research effort to identify qualified businesses for a potential future contract. Responses are due February 6, 2026.
Purpose
This notice is for preliminary market research to understand potential sources capable of providing non-personal Third-Party Elevator, Dumbwaiter, Chairlift, and Escalator inspection services. The government is not seeking proposals at this time and will not pay for any information submitted. This is for planning purposes only and is not a solicitation.
Scope of Work (Anticipated)
The anticipated scope, as detailed in the Performance Work Statement (PWS), requires qualified Third-Party Inspectors to oversee and certify equipment for compliance with Annual Safety Inspections and relevant ASME codes (A17.1, A17.2). This includes performing five-year inspections and testing on traction elevators. The contractor would be responsible for furnishing all field management supervision, tools, training, and labor necessary to perform these services at JBMHH and Fort McNair.
Anticipated Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated NAICS Code: 541350 (Building Inspection Services) with a $11,500,000.00 size standard.
- Anticipated Period of Performance: One (1) Base Year and four (4) 12-month option years, from April 30, 2026, to April 29, 2031 (with a potential extension to September 29, 2031).
- Set-Aside: None specified for this market research.
- Response Due: February 6, 2026, 4:00 p.m. Eastern Time.
- Published: January 21, 2026.
Submission Requirements
Interested parties are requested to submit a capability statement, not exceeding five (5) pages, detailing their firm's information, small business status, interest in competing, relevant experience, and opinions on the anticipated NAICS code and potential contract structuring to facilitate competition.
Key Contacts
- Primary: Melissa A. Miller (melissa.a.miller231.civ@army.mil)
- Secondary: Rickey G. Hampton (rickey.g.hampton.civ@army.mil)
Additional Notes
Contractor personnel must be qualified and certified in accordance with ASME A17.1, A17.2, and A17.3, and licensed to work in Virginia and Washington D.C. A Quality Control Program (QCP) and Safety Plan will be required.