Search Contract Opportunities

Elevator Preventive Maintenance and Major Repairs Services

ID: W912CN-25-Q-KT01 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 9, 2025, 4:31 p.m. EDT

07/09/2025 - Amendment 1

Classification revised.

Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
NAICS Code: 238290 - Other Building Equipment Contractors

Description revised.

Eligibility information changes in NAICS code and Product Service Code.

The applicable NAICS code for this requirement is 238290 Other Building Equipment Contractors, with a Size Standard of $22M. The Product Service Code is J036 Maintenance/Repair/Rebuild of Equipment- Special Industry Machinery. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES

The 413th Contracting Support Brigade, Regional Contracting Office Hawaii is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the Elevator Preventive Maintenance and Major Repairs Services in the State of Hawaii. The intention is to procure these services on a competitive basis.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, AND MULTIPLE AWARDS MAY BE MADE. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

PLACE OF PERFORMANCE

Location: 100% On-Site Government / 0% Off-Site Contractor

Areas: Aliamanu Military Reservation (AMR), Fort DeRussy (FD), Fort Shafter (FS), Helemano Military Reservation (HMR), Schofield Barracks (SB), Tripler Army Medical Center (TAMC) non-medical facilities, and Wheeler Army Airfield (WAAF) on the Island of Oahu, Hawaii. *If deemed necessary by the Government, other sites, facilities, and/or locations may be added to support mission requirements.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.

PROGRAM BACKGROUND

The Directorate of Public Works (DPW), is designated to provide elevator preventive maintenance and major repair services to Aliamanu Military Reservation (AMR), Fort DeRussy (FD), Fort Shafter (FS), Helemano Military Reservation (HMR), Schofield Barracks (SB), Tripler Army Medical Center (TAMC) non-medical facilities, and Wheeler Army Airfield (WAAF) on the Island of Oahu to support the Army and improve the quality of Hawaii's Military community and enhance War Fighter readiness and well-being. If deemed necessary by the Government, other sites, facilities, and/or locations may be added to support mission requirements.

REQUIRED CAPABILITIES

The Contractor shall provide elevator preventive maintenance and major repair services in support of the areas specified in Program Background (above). Further details are provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).

If your organization has the potential capacity to perform this contract services, please provide the following information:

1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and

2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.

If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to:

1) provide services consistent in scope and scale, with those described in this notice and otherwise anticipated;

2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;

3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and

4) provide services under a performance-based service acquisition contract.

ELIGIBILITY

The applicable NAICS code for this requirement is 238290 Other Building Equipment Contractors, with a Size Standard of $22M. The Product Service Code is J036 Maintenance/Repair/Rebuild of Equipment- Special Industry Machinery. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft Performance Based Work Statement (PBWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1)

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 points. The deadline for response to this request is no later than 4 pm, Hawaiian Standard Time (HST), 31 July 2025. All responses under this Sources Sought Notice must be e-mailed to kyle.m.tanaka.civ@army.mil

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBWS for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

The estimated period of performance consists of a Base year and (4) option years with performance commencing in April 2026. Specifics regarding the number of option periods will be provided in the solicitation.

The contract type is anticipated to be Firm-Fixed Priced IDIQ.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contract Specialist, Kyle Tanaka, in either Microsoft Word or Portable Document Format (PDF), via email kyle.m.tanaka.civ@army.mil

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Posted: July 9, 2025, 1:34 p.m. EDT
Background
The 413th Contracting Support Brigade, Regional Contracting Office – Hawaii is conducting market research to identify parties interested in providing Elevator Preventive Maintenance and Major Repairs Services in Hawaii. This initiative aims to enhance the quality of the military community and improve War Fighter readiness. The services will be procured competitively, potentially set aside for small businesses.

Work Details
The Contractor shall provide comprehensive elevator preventive maintenance (PM) and major repair services at various Army installations on the Island of Oahu, including Aliamanu Military Reservation, Fort DeRussy, Fort Shafter, Helemano Military Reservation, Schofield Barracks, Tripler Army Medical Center non-medical facilities, and Wheeler Army Airfield.

Key tasks include:
- Conducting inspections, testing, cleaning, lubrication, adjustment, calibration, and minor repairs of elevators and chairlifts.
- Ensuring compliance with applicable Federal, State, and Local laws and regulations including ASME standards.
- Developing a Comprehensive PM and Repair Program post-contract award.
- Providing all necessary labor, management, supervision, materials, tools, equipment, supplies and transportation.
- Responding to emergency service calls within two hours of notification.
- Compiling historical data and preparing required reports as specified by the contract.

Period of Performance
The estimated period of performance consists of a Base year starting in April 2026 with four option years.

Place of Performance
Work will be performed on-site at various locations on the Island of Oahu including Aliamanu Military Reservation (AMR), Fort DeRussy (FD), Fort Shafter (FS), Helemano Military Reservation (HMR), Schofield Barracks (SB), Tripler Army Medical Center (TAMC) non-medical facilities, and Wheeler Army Airfield (WAAF).

Overview

Response Deadline
July 31, 2025, 10:00 p.m. EDT Past Due
Posted
July 9, 2025, 1:34 p.m. EDT (updated: July 9, 2025, 4:31 p.m. EDT)
Set Aside
None
Place of Performance
Schofield Barracks, HI 96857 United States
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 7/9/25 413th Contracting Support Brigade issued Sources Sought W912CN-25-Q-KT01 for Elevator Preventive Maintenance and Major Repairs Services due 7/31/25. The opportunity was issued full & open with NAICS 238290 and PSC J036.
Primary Contact
Name
Kyle Tanaka   Profile
Phone
None

Secondary Contact

Name
Kimberly Feng   Profile
Phone
None

Documents

Posted documents for Sources Sought W912CN-25-Q-KT01

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912CN-25-Q-KT01

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912CN-25-Q-KT01

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912CN-25-Q-KT01

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-OO > 413TH CSB
FPDS Organization Code
2100-W912CN
Source Organization Code
500045556
Last Updated
Aug. 15, 2025
Last Updated By
kyle.m.tanaka.civ@army.mil
Archive Date
Aug. 15, 2025