Elevator Modernization Project
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 FEDERAL PRISON INDUSTRIES, INC (under the Department of Justice) is soliciting proposals for an Elevator Modernization Project at its Central Office in Washington, DC. This project involves upgrading three passenger elevators and one freight elevator, alongside significant construction work to create a separate motor room entrance. This is a Total Small Business Set-Aside. Proposals are due by May 8, 2026, at 6:00 PM EST.
Scope of Work
This Firm Fixed Price, Construction Type Contract requires the modernization of three passenger traction elevator systems and one service traction elevator system. Key tasks include:
- Replacement of existing elevator components with new specified equipment.
- Removal and disposal of asbestos-containing materials and lead-based paint.
- Repair of concrete and masonry.
- Construction of a new exterior door opening and exterior metal stair for the elevator motor room.
- Installation of new metal fabrications, pit ladders, metal doors, and frames.
- Interior finishes, signage, fire sprinkler alterations, new elevator sump pumps, and VRF HVAC systems for equipment rooms.
- Electrical, lighting, fire alarm, and communications systems alterations.
- Replacement of a chain-link partition and gate. The building will remain occupied, requiring a minimum of two elevators to be operational throughout construction.
Contract & Timeline
- Contract Type: Firm Fixed Price, Construction Type Contract.
- Period of Performance: 370 Business days from contract award.
- Estimated Cost: Between $1,000,000.00 and $5,000,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Proposal Due Date: Friday, May 8, 2026, at 6:00 PM EST.
- Published Date: April 6, 2026.
Eligibility & Evaluation
This opportunity is 100% set aside for Small Businesses. Offerors must hold an active license to perform work in Washington, DC, and contractors/subcontractors must have at least seven years of professional experience in the scope of work (five years for electrical matters). Proposals will be evaluated based on Technical Factors, Key Resume, Schedule, Past Performance, and Price. Technical Factors, Key Resume, Schedule, and Past Performance are significantly more important than Price.
Key Dates & Actions
- Mandatory Site Visit: Monday, April 15, 2026, at 10:00 AM EST.
- Questions Due: Friday, April 17, 2026, at 2:00 PM EST (submit in writing).
- Submission Method: Signed and dated offers via email to Deatrice.Luck@usdoj.gov. Proposals must be separated into two sections: Technical (with company info and a redacted version) and Pricing.
- Required Forms: Past Performance Questionnaire, ACH Vendor Enrollment Form.
- Bonds: A Bid Bond is required for offers over $100,000. Performance and Payment Bonds are required within 10 calendar days of award if the contract price exceeds $100,000.
Contact Information
- Primary: Deatrice Luck (deatrice.luck@usdoj.gov)
- Secondary: Joshua Hassler (joshua.hassler2@usdoj.gov)