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, specifically 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 market research aims to assess industry capabilities and determine the scope, cost, and appropriate competition strategy (e.g., set-aside) for these services. Responses are due March 23, 2026, at 4:00 p.m. Eastern Time.
Purpose & Scope
This notice is for information and planning purposes only. The government seeks to identify qualified sources capable of providing comprehensive maintenance, repair, and inspection services for VTE, including freight and passenger elevators, wheelchair/stair lifts, dock levelers, and dumbwaiters, at JBLE-Langley. The objective is to ensure continuous and safe operation of all VTE.
Key Requirements / Deliverables
- Full maintenance, repair, and inspection of VTE/Elevators.
- Monthly fixed-price coverage for inspections, maintenance, repairs, replacements, and routine/emergency service calls.
- Adherence to ASME A17.1-2016/2017 and other safety codes for annual and monthly inspections.
- Response times: 4 hours for routine, 2 hours for emergency service calls.
- Development of an annual Maintenance Control Program (MCP) and Quality Control Plan (QCP).
Contract Details
- Opportunity Type: Sources Sought / Market Research.
- Anticipated RFQ Release: On or about May 8, 2026.
- Anticipated Award: On or about June 15, 2026.
- This is not a formal Request for Quote (RFQ), and no contract will result from this notice.
Submission & Evaluation
- Interested parties must submit a capabilities package (maximum 8 pages).
- The package should outline the company's key business abilities relevant to the requirement and address questions found in Attachment 1.
- Submission Deadline: March 23, 2026, at 4:00 p.m. Eastern Time.
- Submission Method: Email to Gokul Rayamajhi (gokul.rayamajhi.1@us.af.mil) and Matthew Gregg (matthew.gregg.3@us.af.mil).
- Responses will be used solely for market research to determine industry capabilities and potential set-aside options.
Eligibility / Set-Aside
- Applicable NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22M.
- Interested parties must be registered in SAM.gov under NAICS 562910.
- Respondents are asked to identify if they are a Small Business concern under NAICS 238290.
- The government is specifically seeking input on whether the requirement should be competed or set aside.
Notes
- A draft Statement of Work (SOW) is posted with this notice.
- The government is not requesting technical or management proposals at this time.
- Information submitted will be protected as Source Selection Sensitive Information.