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 Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is conducting a Sources Sought to identify qualified small businesses for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services at the Naval Complex Newport, Newport, Rhode Island. This is market research for planning purposes only; no contract will be awarded from this notice. Responses are due by March 9, 2026, at 2:00 PM EST.
Scope of Work
The anticipated contract will require furnishing all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for VTE services. This includes:
- Maintaining, repairing, and altering VTE.
- Handling Emergency/Urgent/Routine (EUR) work orders.
- Implementing a Preventative Maintenance (PM) Program.
- Managing an Inspection, Testing, and Certification Program.
- Conducting Fire Suppression Systems Inspections.
Anticipated Contract Details
- Type: Sources Sought (anticipates a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract).
- Duration: Total contract term, including options, not to exceed 60 months.
- Set-Aside: Seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses.
- NAICS Code: 238290, with a size standard of $22.0 million.
- Response Due: March 9, 2026, 2:00 PM Eastern Standard Time.
- Published: February 26, 2026.
Submission Requirements
Interested parties are requested to submit a brief capabilities package, not exceeding 5 pages, addressing:
- Project Examples: Within the last five years, similar in size (yearly value of at least $200,000 for recurring services), scope (all VTE services as described), and complexity (responding simultaneously to multiple customers/installations). Indicate prime/subcontractor role, contract value, description, and Government/Agency point of contact.
- Company Profile: Include number of offices/employees, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI), and CAGE Code.
- Small Business Status: Clearly state all applicable small business designations.
- Geographic Area: Identify the area where the firm can operate efficiently and economically within the AOR.
Contact Information
Responses and questions should be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil.
Additional Notes
This is a market research tool only; it is not a request for proposal, and no contract will be awarded. The Government will not pay for information solicited, and respondents will not be notified of evaluation results. Participation will assist the Navy in tailoring future requirements.