Fort Leonard Wood Elevator Maintenance and Repair
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 Army is soliciting proposals for Elevator Maintenance and Repair Services at Fort Leonard Wood, Missouri. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract aims to ensure safe and operational elevators for occupants, users, and visitors. Proposals are due April 17, 2026, by 1:00 PM CST.
Scope of Work
The contractor will provide comprehensive elevator maintenance and repair services, including:
- Preventative Maintenance: Routine examination, adjustment, cleaning, and lubrication according to manufacturer specifications and industry standards (ASME A17.1, A17.2, A17.3).
- Service Calls & Repairs: Responding to government-requested service calls and performing necessary repairs. Repairs are generally included in the fixed price, with exceptions for misuse or vandalism.
- Inspections & Testing: Annual inspections and testing in accordance with industry standards, with results and certifications submitted to the COR.
- Record Keeping: Maintaining elevator log sheets and submitting various reports (Monthly Status, Daily Action, Annual Inspection). The work will be performed on a requirement basis via delivery orders, covering 34 elevators across multiple buildings at Fort Leonard Wood. The Government reserves the right to add or delete elevators.
Contract Details
- Contract Type: Firm Fixed Price, delivery order style.
- Estimated Magnitude: $5,000,000 to $10,000,000.
- Period of Performance: One (1) Base Year (12 months) plus four (4) 12-month Option Years, with a potential six (6) month extension.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238290 (Elevator and Escalator Installation) with a $22 million size standard.
- Product Service Code: Z1AZ (Maintenance Of Other Administrative Facilities And Service Buildings).
Submission & Evaluation
- Site Visit: April 1, 2026, at 0900 CST. Registration required by March 25, 2026, 1300 CST.
- Questions Due: April 6, 2026, 1300 CST.
- Proposals Due: April 17, 2026, 1300 CST.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Proposals will be assessed on Technical Approach/Capability, Performance Standards Assessment, Staffing Approach, Price, and Past Performance. Offerors must be rated "Acceptable" for Technical and Past Performance to be eligible for award.
- Offer Acceptance: 180 calendar days from the offer due date.
Special Requirements
Contractor must develop and implement a Quality Control Program (QCP). Personnel must be certified/licensed elevator mechanics and comply with installation security regulations (AT Level 1, OPSEC). Wage Determination 2015-5093 applies.
Points of Contact
- Cierra J. Armistead (Contract Specialist): cierra.j.armistead.civ@army.mil, 573-596-0256
- Blia Vue (Contracting Officer): blia.vue.civ@army.mil, 520-944-1512