Vertical Transportation Equipment (VTE) Maintenance, Repair, & Inspection 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.
Quick Summary
The Department of the Air Force is soliciting proposals for Vertical Transportation Equipment (VTE) Maintenance, Repair, & Inspection Services at Hanscom AFB, MA. This is a Total Small Business Set-Aside opportunity to ensure continuous and safe operation of VTE units. Offers are due by 1:00 PM ET on April 9, 2026.
Scope of Work
The contractor shall provide all management, tools, supplies, equipment, parts, and labor for comprehensive maintenance, repair, and inspection of approximately 20 VTE units, including freight/passenger elevators, escalators, wheelchair/stair lifts, dock levelers, and dumbwaiters. Services include preventative maintenance, annual Federal inspections, and routine/emergency service calls. The contractor must be located within 60 miles of Hanscom AFB and comply with ASME A17.1-2025, ANSI/ASME A17.2-2014, A17.3-2023, NFPA, UFC 3-600-01, and OSHA standards. Confined space entry is required, with technicians needing appropriate certifications.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (implied Fixed-Price)
- Period of Performance: Base Year (May 4, 2026 - May 3, 2027) with four Option Years, extending through May 3, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Small Business Size Standard: $12,500,000.00)
- Place of Performance: Hanscom AFB, MA
Evaluation & Award
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on the Lowest Evaluated Price of Technically Acceptable quotes. Evaluation factors include Technical, Small Business Status, Past Performance, and Price. Offerors must be registered in SAM and provide a technical proposal, completed bid schedule, and past performance information.
Key Deadlines
- Questions Due: March 27, 2026, 1:00 PM ET
- Answers Provided: March 31, 2026, 1:00 PM ET
- Offers Due: April 9, 2026, 1:00 PM ET
Special Requirements & Notes
- A site visit will NOT be held.
- Contractor must develop and submit an annual Maintenance Control Program (MCP) and a Quality Control Program (QCP) within 30 days of award.
- Contractor must provide a licensed technician for annual Federal Inspections and possess a Class A, B, C, or D license.
- Compliance with the Service Contract Act and associated Wage Determination (No. 2015-4047, Rev. 32) is required.
- Offerors must comply with all security, environmental, and safety requirements, including providing a written contractor safety plan.
- The provided Bid Schedule (CLINs) details services for 20 elevators across the multi-year duration.