Fort Leonard Wood Elevator Maintenance and Repair
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 Leonard Wood is soliciting proposals for Elevator Maintenance and Repair Services at Fort Leonard Wood, MO. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract aims to ensure safe and operational elevators for occupants, users, and visitors across the installation. This is a Firm Fixed Price, requirements-based contract with an estimated magnitude of $5,000,000 to $10,000,000. Proposals are due April 17, 2026, at 1300 CST.
Scope of Work
The contractor will provide comprehensive elevator maintenance and repair services, including:
- Preventative Maintenance: Routine examinations, adjustments, cleaning, and lubrication according to manufacturer specifications and industry standards (ASME A17.1, A17.2, A17.3).
- Service Calls & Repairs: Responding to government-requested service calls, performing necessary repairs, and replacing parts. Repairs necessitated by misuse or vandalism will be billed separately.
- Inspections & Testing: Conducting annual inspections, safety checks, and performance verification testing, submitting results and certifications to the Contracting Officer's Representative (COR).
- Record Keeping & Reporting: Maintaining elevator log sheets and submitting monthly, daily, and annual reports. The scope covers 34 elevators across various buildings at Fort Leonard Wood, MO, as detailed in Technical Exhibit 2. The Government reserves the right to add or delete elevators.
Contract Details
- Contract Type: Firm Fixed Price, requirements-based delivery order style contract.
- Estimated Magnitude: $5,000,000 to $10,000,000.
- Period of Performance: One (1) Base Year (12 months) plus four (4) 12-month Option Years, with a potential six (6) month extension.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238290 (Elevator and Escalator Installation) with a small business size standard of $22 million.
- Place of Performance: Fort Leonard Wood, MO.
- Hours of Operation: Monday through Friday, 0730 to 1600, excluding Federal holidays.
Submission & Evaluation
- Site Visit: April 1, 2026, at 0900 CST. Registration required by March 25, 2026, 1300 CST via email.
- Questions Due: April 6, 2026, 1300 CST.
- Proposals Due: April 17, 2026, 1300 CST.
- Offer Acceptance Period: 180 calendar days.
- Evaluation Factors: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated on Technical Approach/Capability, Performance Standards Assessment, Staffing Approach, Price, and Past Performance. A rating of "Acceptable" for Technical and Past Performance is required for eligibility.
- Special Requirements: Contractors must develop and implement a Quality Control Program (QCP) within 30 days of notice to proceed, comply with installation security regulations, and adhere to the provided Wage Determination (2015-5093).
Points of Contact
- Primary: Cierra J. Armistead (cierra.j.armistead.civ@army.mil, 5735960256)
- Secondary: Blia Vue (blia.vue.civ@army.mil, 5209441512)