Market Survey for Elevator Maintenance and Inspection
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. Army Corps of Engineers (USACE) Louisville District is conducting a Market Survey to identify qualified small businesses for future Elevator Maintenance and Inspection Services across seven Lock & Dam sites in Kentucky, Indiana, and Illinois. This survey aims to determine if a set-aside is appropriate for the upcoming project. Responses are due May 11, 2026.
Scope of Work
The anticipated work involves comprehensive elevator maintenance and inspection services, including:
- Routine Maintenance: Quarterly lube and exam services, adhering to manufacturer criteria and ANSI A17.1, A17.2, A17.3 standards.
- Periodic Inspections: Annual no-load and full-load inspections, also compliant with manufacturer criteria and ANSI standards.
- Emergency Repairs: On-site emergency service calls within one day for equipment malfunction or failure, covering labor, travel, per diem, and all associated repair costs. The services will cover elevators at Markland, McAlpine, Cannelton, Newburgh, John T Myers, Smithland, and Olmsted Lock & Dam facilities.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Anticipated Duration: 1825 calendar days (Base year + option years)
- NAICS: 561210 Facilities Support Services (Size Standard: $47,000,000)
- Set-Aside Focus: Small Business, HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Small Business. The survey will inform the final set-aside decision.
- Response Due: May 11, 2026, by 1:00 PM Eastern Time
- Published: April 24, 2026
Response Requirements
Interested small businesses must respond via the Market Survey Response Form (link provided in the original notice). Responses should include:
- Verification of small business status.
- Unique Entity Identifier (UEI).
- Descriptions of up to three past projects (completed >90% or within 5 years) demonstrating similar size, scope, and dollar value.
- Similar Scope: Experience with comprehensive, full-service elevator maintenance (hydraulic/traction), including scheduled maintenance/inspections (ASME A17.1, A17.2, A17.3 adherence) and on-call troubleshooting/diagnostics.
- Similar Size: Experience managing elevator services across at least three geographically dispersed locations concurrently.
- For each project: scope, size, original contract amount, modifications, self-performed portion/percentage, and completion status/date.
- Percentage of work to be self-performed on this project, per FAR 52.219-14. Limit responses to the space provided in the form.
Additional Notes
This is NOT a Request for Proposal and does not commit the Government to any award. Responses will be used for acquisition planning. All contractors must be registered in SAM.gov prior to contract award.