Vertical Transportation Equipment Full Service Maintenance and Repair 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.
NOTICE OF CONTRACT ACTION (NOCA) - The Mission and Installation Contracting Command at Joint Base Lewis-McChord (MICC-JBLM) intends to issue a Request for Proposal (RFP) for Vertical Transportation Equipment (VTE) Full Service Maintenance and Repair Services at Joint Base Lewis McChord, WA on or about 12 July 2019 with written proposals due on or about 9 Aug 2019. This synopsis neither constitutes a Request for Proposal (RFP) nor an Invitation for Bids (IFB), nor does it restrict the government in any way to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose.
This acquisition is a follow-on effort to contract W911S8-15-D-0002. This acquisition is to perform Vertical Transportation Equipment Full Service Maintenance and Repair Services.
This action is being released as a competitive service disabled veteran owned small business set-aside. The Government intends to award a single Fixed Price (FP) Requirement contract as a result from this solicitation. The solicitation and resulting contract will be for one base period and four additional one-year option periods. Estimated performance start date is 1 November 2019. The NAICS code applicable to this procurement is 238290.
Potential Offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents from https://www.fbo.gov. This office will not issue hard copies of the solicitation, attachments, or technical documents.
All potential offerors are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database with a CAGE code at time of proposal submission will make an offeror ineligible for award. Also, the contractor must have the NAICS code listed in this solicitation on their CCR Registration.
A site visit is anticipated to be scheduled approximately 7 calendar days after release of the final RFP. Specific instructions for the site visit will be included in the final RFP.
Specific instructions on submitting comments/questions will be provided in the final RFP.
Official responses/proposals to the final RFP will not be accepted via email. Hard and electronic copies of all volumes will be required to be received by the Contracting Office at the address provided in the final RFP by the closing date and time specified in order to be considered for award.