Vertical Transportation Equipment (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.
Quick Summary
The Department of the Air Force is conducting a Sources Sought to identify interested and capable vendors for Vertical Transportation Equipment (VTE) Maintenance, Repair & Inspection Services at Holloman Air Force Base, NM. This is a Total Small Business Set-Aside opportunity. The government is seeking information for a potential contract covering a Base Year and Four (4) Option Years. Responses are due by April 17, 2026, at 2:00 PM MT.
Scope of Work
This requirement entails comprehensive maintenance, repair, and inspection services for VTE, as outlined in the attached DRAFT Performance Work Statement (PWS). Key aspects include:
- Full Maintenance Responsibility: Contractor to provide all management, tools, supplies, equipment, parts, and labor for VTE maintenance, repair, and inspection.
- Covered VTE: Includes freight and passenger elevators, escalators, and potentially wheelchair/stair lifts, dock levelers, and dumbwaiters.
- Services: Routine and emergency service calls, maintenance, repairs, and replacements.
- Exclusions: Alterations/modernizations, damage from vandalism/abuse, acts of God, and specific components (e.g., cab enclosures, main power breakers).
- Programs: Development and submission of an annual Maintenance Control Program (MCP) and a Quality Control Program (QCP).
- Inspections: Routine and annual safety inspections in accordance with ASME A-17.1, performed by a QEI-certified inspector, including 3-year and 5-year tests.
- Repair Response: Routine calls within two workdays, emergency calls within one workday.
Contract & Timeline
- Type: Sources Sought (for information and planning purposes only)
- Potential Duration: Base Year + Four (4) Option Years
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- PSC Code: J039 (Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment)
- NAICS Code: 238290
- Response Due: April 17, 2026, 2:00 PM MT
- Published: March 23, 2026
Submission Requirements
Interested vendors must provide documentation of capability, including:
- Company contact information (Name, POC, Title, Email, Phone).
- Company's business size standard, applicable set-asides, and CAGE/UEI codes.
- GSA contract number (if applicable).
- Capability documentation, which may be supplemented with three (3) contract award numbers for similar services within the past three years.
Additional Notes
This is not a Request for Proposals or Quotes (RFP/RFQ) and does not obligate the Government to acquire services. Responses are for planning purposes only and will not receive feedback. All costs incurred in responding are solely at the vendor's expense. The information provided is subject to change and is not binding.