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 (FCI Gilmer) is soliciting quotations for Elevator Labor & Repair services, specifically for the replacement and repair of elevator components for three elevators at its facility in Glenville, WV. This is a Total Small Business Set-Aside opportunity, structured as a Request for Quotation (RFQ) with a Firm Fixed Price contract type. Quotations are due by March 6, 2026, at 4:00 PM ET.
Scope of Work
The contractor will be responsible for supplying, replacing, and installing various elevator components, including but not limited to:
- Non-periphery MCE control
- Power unit motor
- Key activated fixtures (Best Key flat type)
- 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, with any work outside these hours requiring five (5) working days' advance scheduling. Contractors must adhere to strict correctional facility security protocols, including mandatory escorts, restrictions on cell phones/cameras/pagers, and specific clothing requirements. Material deliveries and tool storage must be coordinated and secured.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238290 (Other Building Equipment Contractors)
- Onsite Visit: A mandatory onsite visit will be conducted on February 12, 2026, at 1:00 PM EST. All attendees must obtain an NCIC (National Crime Information Center) clearance; the NCIC form must be submitted to J2Hutchison@bop.gov as soon as possible for processing. Attendees must enter through the Administration Building lobby with valid ID and will be subject to X-ray screening and metal detection.
- Quotations Due: March 6, 2026, at 4:00 PM ET.
- Published Date: February 24, 2026.
Submission & Evaluation
- Submission Instructions: Quotations must be submitted via email to j2hutchison@bop.gov. Faxed bids or hand-carried quotes will not be accepted. Offerors must complete blocks 17a, 20, 30a, 30b, and 30c of the SF 1449, along with attached quote sheets (including offeror name and UEI in the header). Email address and UEI number must be in block 20 of the SF 1449. Original signatures are required.
- Eligibility: Offerors must have an active and up-to-date registration in SAM.gov.
- Award Basis: Award will be made by line item to the responsive/responsible vendor(s) offering the best value to the Government.
- Evaluation Factors: Past performance will be considered approximately equal in value to price. Poor past performance will be noted and may be shared with other Bureau of Prison facilities.
Contact Information
- Contracting Officer: Jessica Hutchison (J2hutchison@bop.gov, 304-626-2500 ext 1082)
- Site Visit Inquiries: Tim Jarvis (TEJarvis@bop.gov) or Leonard Hurley (LHurley@bop.gov)