Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services, Naval Complex Newport, Newport Rhode Island
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 Navy / NAVFACSYSCOM MID-ATLANTIC is issuing a pre-solicitation for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services at the Naval Complex Newport, Newport, Rhode Island. This is a Full and Open/Unrestricted competitive procurement for a Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract. The Request for Proposals (RFP) is anticipated to be posted on SAM.gov around May 07, 2026, with proposals due at least 30 days thereafter.
Scope of Work
The contractor will be responsible for furnishing all labor, management, supervision, tools, materials, and equipment to perform VTE Maintenance, Repair, and Alteration Services. This includes Emergency, Urgent, and Routine work, Preventative Maintenance, Inspection, Testing, and Certification, and Fire Suppression Systems Inspections. The services are for Facility Support, under NAICS 238290 with a $22.0 million size standard.
Contract Details
This will be a Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract. The period of performance will include a base period and four twelve-month option periods, cumulatively not exceeding sixty months. The initial term may be less than one year. The anticipated contract value for recurring services is at least $200,000.00 annually. The procurement will utilize a NAVFAC Mid-Atlantic Electronic Contract with online ordering via FedMall, requiring acceptance of Government Purchase Credit Cards and purchase of FedMall Encrypted software.
Evaluation Criteria
Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Proposals will be screened for price, and non-price factors of the lowest-priced proposal will be evaluated first. Offerors must be technically ACCEPTABLE under all four evaluation factors:
- Factor 1: Technical Approach/Management
- Factor 2: Corporate Experience
- Factor 3: Safety
- Factor 4: Past Performance For Corporate Experience and Past Performance, offerors must submit projects similar in size (yearly value of at least $200,000 for recurring services), scope (all VTE maintenance, repair, and alteration services as per PWS), and complexity (responding simultaneously to requirements for several customers or installations).
Key Dates & Submission
The RFP is expected to be posted on SAM.gov around May 07, 2026. The estimated proposal due date will be at least 30 days after the RFP posting. Technical inquiries must be submitted in writing to Melinda Robinson (melinda.l.robinson12.civ@us.navy.mil) 10 days prior to the RFP due date. All prospective contractors must have an active registration in the System for Award Management (SAM) database at the time of proposal submission to be eligible for award.
Additional Notes
This contract will replace the current contract N4008521D0063, which expires on August 01, 2026. Offerors are solely responsible for continually viewing the SAM.gov website for any updates or amendments.