Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services, Naval Complex Newport, Newport Rhode Island

Project ID: N4008526R0101 FederalOpportunitiesSources Sought
Overview
AgencyNaval Facilities Engineering Command
Deadline03/09/26
Posted02/26/26
Estimated Value$1,000,000 - $1,500,000 (AI estimate)
Set AsideNone
NAICS238290 - Other Building Equipment Contractors
PSCS216 - Housekeeping- Facilities Operations Support
LocationNewport, RI 02841 United States
Description
Primary Latest Change

Summary

Posted: Feb. 26, 2026, 1:53 p.m. EST THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed (60) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government.

General Work Requirements

Annex 1502000 C Facility Investment The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services, Naval Complex Newport, Newport Rhode Island. The intent of 1502000 C Facility Investment is to specify the requirements related to the maintaining, repairing, and altering of Vertical Transportation Equipment (VTE), Emergency/Urgent/Routine (EUR) work orders, Preventative Maintenance (PM) Program, Inspection, Testing, and Certification Program and Fire Suppression Systems Inspections. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 238290, size standard $22.0 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A contract with a yearly value of at least $200,000.00 for recurring services.

Scope

Offeror must have provided all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Vertical Transportation Equipment (VTE) maintenance, repair, and alteration services as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to melinda.l.robinson12.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 09 March 2026 . Questions regarding this sources sought notice may be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil

Summary (Newest Update)

Background The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is conducting a Sources Sought Notice to identify small business sources capable of performing a proposed contract for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services at Naval Complex Newport, Rhode Island. This notice serves as a market research tool to determine the availability and capability of small business entities including Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses. The goal is to assess whether a set-aside acquisition is in the best interest of the Government. Work Details The contractor will be responsible for providing all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering necessary for VTE Maintenance, Repair, and Alteration Services. Key work requirements include: - Maintaining and repairing Vertical Transportation Equipment (VTE) - Managing Emergency/Urgent/Routine (EUR) work orders - Implementing a Preventative Maintenance (PM) Program - Conducting Inspection, Testing and Certification Programs - Performing Fire Suppression Systems Inspections. The contractor must have experience in handling multiple customer requirements simultaneously. Period of Performance The total contract term shall not exceed 60 months including any options exercised. Place of Performance Naval Complex Newport, Newport Rhode Island.

Current: Posted: March 10, 2026, 8:27 a.m. EDT THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed (60) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. General Work Requirements: Annex 1502000 C Facility Investment The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services, Naval Complex Newport, Newport Rhode Island. The intent of 1502000 C Facility Investment is to specify the requirements related to the maintaining, repairing, and altering of Vertical Transportation Equipment (VTE), Emergency/Urgent/Routine (EUR) work orders, Preventative Maintenance (PM) Program, Inspection, Testing, and Certification Program and Fire Suppression Systems Inspections. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 238290, size standard $22.0 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A contract with a yearly value of at least $200,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Vertical Transportation Equipment (VTE) maintenance, repair, and alteration services as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to melinda.l.robinson12.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 16 March 2026 . Questions regarding this sources sought notice may be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil
Contacts
Contact nameMelinda Robinson
Contact emailmelinda.l.robinson@navy.mil
Contact phone(757) 341-0690
Secondary contact nameAsia BRACEY
Secondary contact emailasia.c.bracey.civ@us.navy.mil
Secondary contact phone(757) 341-1226
Same Region Opportunities

Solid State Drives

Agency: NUWC Newport Division

Location: Newport, Newport, Rhode Island

NAICS: 334112