J--HH ELEVATOR MAINTENANCE AND REPAIRS
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 Bureau of Reclamation, under the Department of the Interior, is seeking a contractor for elevator maintenance and repair services at the Hungry Horse Field Office in Hungry Horse, MT. This presolicitation outlines a requirement for monthly preventative maintenance, annual and 5-year inspections, and repairs for three elevators. The Government intends to award a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for up to five years. This opportunity is for full and open competition.
Scope of Work
The Performance Work Statement (PWS) details requirements for preventative maintenance, inspection, testing, and minor repair services for three specific elevators (Control Bay, Block 14, Block 19) at the Hungry Horse Dam and Powerplant. Key services include:
- Preventative Maintenance (PM): Monthly, quarterly, and semi-annual services covering lubrication, inspection of components (motors, brakes, controllers, doors, safety systems), cleaning, and testing of emergency systems.
- Inspections & Testing: Includes Category 5 (rated-load/rated-speed) and Category 1 (no-load/low-speed) tests, adhering to specified standards.
- Minor Repairs: Performed on a Time and Materials (T&M) basis, requiring government approval for quotes before initiation.
Performance Standards & Special Requirements
All services must comply with the latest versions of Reclamation Safety & Health Standards (RSHS), OSHA 1917.116, and ASME A17.1/A17.2/A17.3 standards. Acceptable Quality Levels (AQL) include task completion per standards, compliant repairs, and onsite response for callouts within 48 hours. Deliverables include a Site-Specific Safety Plan, Job Hazard Analysis, Safety Test Reports, Elevator Checklists, and Yearly Service Schedules. Contractors must adhere to safety protocols, manage hazardous materials, and coordinate PIV access with the COR.
Contract & Timeline
- Contract Type: Hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) Purchase Order.
- Duration: One base year (March 1, 2026 - February 28, 2027) with four option years, totaling up to 5 years.
- Set-Aside: Full and Open Competition.
- NAICS: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Small Business Size Standard: $12.5 Million).
- PSC: J039, Maint./Repair/Rebuild of Equipment-Materials Handling Equipment.
- Anticipated RFQ Issue Date: Approximately the first week of April 2026.
- Anticipated RFQ Closing Date: April 3, 2026 (21:00 UTC).
- Anticipated Award Date: The first week of June 2026.
Contact Information
- Primary Contact: Jeri Wahl, JWahl@usbr.gov.
Prospective vendors must be registered in the System for Award Management (SAM) to be eligible for contract award.