PMSC FOR VERTICAL RECIPROCATING 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 Kingston, Jamaica requires Preventative Maintenance Services (PMSC) for Vertical Reciprocating Lifts. This is a Firm Fixed-Price contract aimed at ensuring the safe, reliable, and efficient operation of identified lifts. The acquisition is Unrestricted, and quotes are due by June 2, 2026, at 7:00 PM UTC.
Scope of Work
The Contractor shall provide all necessary managerial, administrative, and direct labor personnel, transportation, equipment, tools, supplies, and materials for inspection, maintenance, repair, and component replacement. Key requirements include:
- Routine monthly maintenance, including materials, supplies, and labor (parts provided by the U.S. Embassy).
- An equipment-specific maintenance checklist to be completed during each visit.
- A defined schedule for monthly maintenance visits.
- Annual "No-Load" Safety Tests and Five-Year "Full Load" Safety Tests, with the contractor providing all necessary procedures, labor, testing equipment, and weights.
- Troubleshooting and repair services for breakdowns, with a 2-hour maximum response time for emergencies or when all units are out of service, and a 24-hour response for other callbacks.
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance: 12 months from the Notice to Proceed, with options to extend.
- Set-Aside: Unrestricted.
- Response Due: June 2, 2026, 7:00 PM UTC.
- Published Date: May 13, 2026.
Evaluation
Award will be made to the lowest priced, acceptable, responsible quoter. Evaluation factors include technical acceptability, past performance, price, and quoter responsibility (assessed against FAR 9.1).
Additional Notes
- All contractors must be registered in SAM.gov prior to submitting an offer.
- Offerors must submit a completed solicitation (SF-1449 cover page and Section 1) and include Defense Base Act (DBA) insurance premium costs.
- Offerors must demonstrate ability to perform, including a company brochure, team qualifications, technical proposal, and client list.
- Offerors must have a permanent address and telephone listing in Kingston, Jamaica, or plan to establish an office within 30 days of award.
- A site visit is scheduled for Friday, May 22, 2026, at 10:00 AM (UTC-5) at 211a Constant Spring Road, Kingston 8. Prospective offerors must provide attendee and vehicle details by email by 3:00 PM on Wednesday, May 20, 2026.
- Value Added Tax (VAT) is not applicable as the U.S. Embassy will provide a tax exemption letter.
- Electronic submissions are permitted.