Maintenance Services for Elevators and Platform Lifts
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 U.S. Embassy in Rome, Italy has issued a Presolicitation for Maintenance Services for Elevators and Platform Lifts at its Embassy Compound and U.S. Government properties in Rome. This notice indicates an upcoming Firm Fixed-Price contract for scheduled and unscheduled maintenance of approximately 11 elevators and 8 platform lifts. The solicitation is not yet ready, but interested parties should prepare for its release. This opportunity was published on March 10, 2026.
Scope of Work
The selected contractor will provide all managerial, administrative, and direct labor personnel necessary to perform scheduled and unscheduled maintenance services for approximately 11 elevators and 8 platform lifts. These services will be performed at the Embassy Compound and other U.S. Government owned properties located in Rome, Italy.
Contract & Timeline
- Opportunity Type: Presolicitation
- Contract Type: Firm Fixed-Price
- Performance Period: A base year with four one-year option periods.
- Set-Aside: None specified.
- Response Date: To be announced in the forthcoming solicitation.
- Published Date: March 10, 2026
Key Information
- Pre-quotation Conference: A conference is planned, with the date to be included in the solicitation.
- Award Basis: The Government may award the contract based on the initial offer without discussions.
- SAM Registration: All contractors must be registered in SAM.gov (System for Award Management) prior to submitting an offer, as per FAR provision 52.204-7. Prospective offerors are encouraged to register in advance.
- Electronic Submissions: Electronic responses will be accepted. Offers should be submitted via email, ensuring individual emails do not exceed 25MB.
Contact Information
- Primary: Crystal D Sheridan (SheridanCD@state.gov, 390646742581)
- Secondary: MARIA DE ANGELIS (deangelism1@state.gov, 390646742373)