Idaho Panhandle National Forest Service - Elevator Maintenance 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 USDA Forest Service, Idaho Panhandle National Forest, is soliciting quotes for monthly routine maintenance and repair services for one three-story hydraulic elevator located at its Supervisor's Office in Coeur d'Alene, Idaho. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price (FFP) contract. Quotes are due by April 13, 2026, at 11:00 AM PDT.
Scope of Work
The contractor will provide all labor, supervision, tools, and materials for comprehensive maintenance of a single hydraulic elevator (Serial # EET449). Services include:
- Monthly examinations, maintenance, adjustments, and lubrication to ensure proper operation.
- Repair or replacement of components due to normal wear and tear.
- Coverage for control systems, signal fixtures, machines, drives, power units, pumps, valves, above-ground jacks, door operating devices, and safety mechanisms.
- Minor adjustments and release of entrapped passengers during regular business hours (Monday-Friday, 0730-1600, excluding Federal Holidays) at no additional charge. Overtime service requires prior authorization.
- Annual and five-year safety tests.
- A 60-minute on-site response time is required for emergency calls.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) service contract.
- Period of Performance: One (1) Base Year (May 1, 2026 - April 30, 2027) with four (4) one-year Option Periods, for a total duration not exceeding five (5) years and six (6) months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238290 (Other Building Equipment Contractors) with a small business size standard of $22 million.
- Place of Performance: 3232 W Nursery Rd, Coeur d'Alene, Idaho 83815.
- Wage Determination: Service Contract Labor Standards (SCLS) apply, specifically Wage Determination 2015-5505, Revision 27.
Submission Requirements
Offerors must submit the following:
- Price: Completed Schedule of Items for all years.
- Technical Approach:
- Brief narrative of maintenance steps for the specific hydraulic unit.
- Evidence of 60-minute on-site response time capability.
- Sample commercial inspection checklist.
- Confirmation of technician qualifications and background checks.
- Past Performance: List of relevant contracts or references.
- Completed Form 1449 (boxes 17a, 30a-c).
- Quotes must be valid for 60 calendar days.
Evaluation and Award
Award will be made to the responsible offeror whose quote is determined to be the most advantageous to the Government, considering technical approach/capability, past performance, and price. This is a Comparative Evaluation conducted in accordance with FAR 12.602. The Government reserves the right to select a technically superior offer, even if not the lowest priced.
Key Dates & Contact
- Quotes Due: April 13, 2026, 11:00 AM PDT.
- Submission Method: Electronically to Mindy Hickman (mindy.hickman@usda.gov).
- Published Date: March 30, 2026.
Additional Notes
Offerors must have an active registration in SAM.gov. Attachments include the Performance Work Statement (PWS) and Wage Determination.