VTE/Elevator Maintenance & Repair Service
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 (FA4800 633 CONS PKP) is conducting a Sources Sought for Vertical Transportation Equipment (VTE)/Elevator Maintenance & Repair Service at Joint Base Langley-Eustis (JBLE), Virginia. This is a Total Small Business Set-Aside market research effort to assess industry capabilities. Interested firms must submit a capabilities package by March 30, 2026, at 4:00 p.m. Eastern Time.
Purpose & Overview
This notice serves as market research to identify qualified small businesses capable of providing comprehensive VTE maintenance, repair, and inspection services. The government aims to determine the scope and cost of these services and inform a decision on whether the requirement should be competed or set aside. This is not a formal Request for Quote (RFQ), and no contract will result from this notice.
Scope of Work
The requirement, detailed in a draft Performance Work Statement (PWS), involves full maintenance, repair, and inspection of various VTE, including freight and passenger elevators, wheelchair/stair lifts, dock levelers, and dumbwaiters. The contractor will be responsible for providing all management, tools, supplies, equipment, parts, and labor. Services include:
- Monthly fixed-price coverage for inspections, maintenance, repairs, replacements, and routine/emergency service calls.
- Ensuring continuous and safe operation, with a target VTE availability of >95%.
- Responding to routine service calls within 4 hours and emergency calls within 2 hours.
- Adhering to annual inspections per ASME A17.1-2016/2017 and related safety codes.
Contract Details & Timeline
- Type: Sources Sought / Market Research
- Anticipated RFQ Release: Around May 8, 2026
- Anticipated Award: Around June 15, 2026
- Set-Aside: Total Small Business (FAR 19.5)
- Applicable NAICS: 238290 (Other Building Equipment Contractors) with a size standard of $22M. Respondents must be registered in SAM.gov, noting the document specifies registration under NAICS 562910.
- Place of Performance: Joint Base Langley-Eustis (JBLE), Virginia.
Submission Requirements
Interested parties must submit a capabilities package, not exceeding 8 pages, outlining their key business abilities relevant to the requirement. Responses must address specific questions found in Attachment 1.
- Submission Deadline: March 30, 2026, at 4:00 p.m. Eastern Time.
- Submission Email: gokul.rayamajhi.1@us.af.mil and matthew.gregg.3@us.af.mil.
Additional Notes
A draft Statement of Work (SOW) is posted with this notice. The government is not requesting technical or management proposals at this time. All information submitted will be used solely for market research purposes and will be protected as Source Selection Sensitive Information.