Madigan Army Medical Center VTE
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.
W911S8-19-Q-0007
MISSION AND INSTALLATION CONTRACTING COMMAND
JOINT BASE LEWIS-MCCHORD, WASHINGTON
1. The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington intends to solicit quotes for contractor support for repair and maintenance services of Vertical Transportation Equipment (VTEs) at Madigan Army Medical Center (MAMC) at JBLM. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform full- service maintenance and repair services tailored to VTE at MAMC, JBLM. This work will be performed on equipment from various manufacturers. Work shall be completed in a manner that will ensure continuous and safe operation of the VTE. The term "VTE" may include freight and passenger elevators, wheelchair lifts, and dumbwaiters.
2. A complete Performance Work Statement (PWS) will be included in the solicitation. The Request for Quotation (RFQ) number is W911S8-19-Q-0007.
3. The applicable North American Industry Classification System (NAICS) code for this requirement is 238290, Other Building Equipment Contractors, and the size standard is $15,000,000.00. This requirement will be set aside for Service-Disabled Veteran-Owned Small Businesses.
4. The anticipated contract performance period will be for a 1-year base period, and four 1-year option periods. The anticipated periods of performance are as follows:
Base 1 November 2019 - 31 October 2020
1st Option 1 November 2020 - 31 October 2021
2nd Option 1 November 2021 - 31 October 2022
3rd Option 1 November 2022 - 31 October 2023
4th Option 1 November 2023 - 31 October 2024
5. Telephonic requests for the solicitation will not be honored. When issued, the solicitation will be available via the FedBizOpps website, http://www.fbo.gov. The tentative solicitation issue date is 15 August 2019 and the anticipated closing date is 16 September 2019. Interested offerors are advised to consult the actual solicitation for final dates and times.
6. Firms offering a response to this notice should ensure that they are registered in the System for Award Management (SAM) database (https://www.sam.gov), and ensure that the applicable NAICS code 238290 is included in the SAM profile prior to submission of quotes.
7. Prospective offerors are urged to submit any questions they may have, in advance and in writing, by email, to the Contract Specialist, Kacee Copus, email: kacee.l.copus.civ@mail.mil.