FY26 FCI GILMER ELEVATOR LABOR & 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 Federal Bureau of Prisons (FBOP), FCI Gilmer, is soliciting quotations for Elevator Repair and Component Replacement for three elevators at its facility in Glenville, WV. This Total Small Business Set-Aside opportunity requires contractors to supply, replace, and install specified elevator components, along with associated labor, equipment, supplies, and materials. Quotations are due by February 20, 2026, at 4:00 PM EST.
Scope of Work
The contractor will be responsible for the supply, replacement, and installation of critical elevator components. This includes, but is not limited to:
- Non-periphery MCE control and power unit motor
- Key activated fixtures, GAL door operator, hanger rolls, interlocks, and hoist door hangers
- All new travel and hoist cable wiring
- Replacement or repair of car guide rollers
- Replacement of the current leveling system with an MCE leveling system
- All associated electronics and electronic wiring
Work hours are Monday through Friday, 7:00 AM to 3:00 PM, excluding Federal holidays. Any work outside these hours requires five days' advance scheduling.
Contract Details & Set-Aside
- Contract Type: Firm Fixed Price, with awards made by line item.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238290 (Other Building Equipment Contractors).
- Place of Performance: FCI Gilmer, Glenville, WV 26351.
Submission & Evaluation
Offerors must ensure their registration is active and up-to-date in SAM.gov. Required submission documents include a completed SF 1449 (blocks 17a, 20, 30a, 30b, 30c) and attached quote sheets with the offeror's name and UEI number. Original signatures are mandatory. Quotations must be submitted via email to j2hutchison@bop.gov. Faxed or hand-carried quotes will not be accepted.
Award will be based on best value to the Government, with Past Performance considered approximately equal in value to price. Failure to meet RFQ requirements will be noted as Past Performance Information.
Key Dates & Site Visit
- Solicitation Published: January 27, 2026
- Onsite Visit: February 12, 2026, at 1:00 PM EST. A mandatory NCIC clearance is required for entry; offerors must submit the NCIC form to J2hutchison@bop.gov as soon as possible.
- Quotations Due: February 20, 2026, at 4:00 PM EST.
Special Requirements
Contractors must comply with correctional facility working conditions, including security protocols, potential delays due to inmate movements, and restrictions on cell phones/cameras. Materials delivery and tool storage require coordination with the Correctional Officer Representative (COR). Safety protocols, including PPE and Lock-out/Tag-out procedures, must be followed.
Contact Information
For questions, contact Contracting Officer Jessica Hutchison at J2hutchison@bop.gov or 304-626-2500, ext. 1082. Site visit inquiries can be directed to Tim Jarvis (TEJarvis@bop.gov) or Leonard Hurley (LHurley@bop.gov).