DSCC - Elevator Service and Maintenance

Project ID: SP4702-26-Q-0014 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyDCSO Columbus
Deadline05/29/26
Posted05/15/26
Estimated ValueNot Provided
Set AsideNone
NAICS238290 - Other Building Equipment Contractors
PSCZ1JZ - Maintenance Of Miscellaneous Buildings
LocationColumbus, OH 43213 United States
Description
Primary Latest Change

COMBINED SYNOPSIS/SOLICITATION

(1) POINT OF CONTACT: Becky Hard, Contracting Officer, Becky.Hard@dla.mil DLA Contracting Services Office Columbus Division 1 (DCSO-C1)

3990 East Broad Street

Columbus, Ohio 43213 (2) SET-ASIDES: N/A, Full and Open Competition (3) CODES FOR SERVICES OR SUPPLIES: PSC: Z1JZ V00015602 Maintenance of Miscellaneous Elevator

NAICS 238290

- DESCRIPTION: - This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number SP4702-26-Q-0014 is issued as a request for quote (RFQ) for Elevator Service and Maintenance. This acquisition is not set aside for small business concerns and will be solicited as Full and Open Competition. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

ITEM NUMBERS

Elevator Service and Maintenance - Line-Item number CLIN 0001 - Preventive Maintenance of Elevators and Wheelchair Lifts) CLIN 0002 - Emergency Troubleshooting / Corrective Maintenance of Elevators and Wheelchair Lifts) CLIN 0003 - Third-Party Annual Inspection of Elevators and Wheelchair Lifts CLIN 0004 - Cybersecurity - - Unit of measure MO (Monthly service)

DESCRIPTION OF THE REQUIREMENT

DLA intends to award a service contract for DSCC elevator Service and Preventive Maintenance with a base year and one (1) twelve (12) month option year. The Contractor will be tasked with providing performance-based elevator/wheelchair lift maintenance and service to ensure safety of the building elevators/wheelchair lifts and to maintain the building assets. The Contractor will provide all management, supervision, labor, materials, supplies, repair parts, tools, and shall plan, schedule, coordinate, and ensure effective and economical completion of all work and services specified. All elevator/wheelchair lift equipment shall be operated at the highest level of efficiency compatible with current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract period of performance. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the most stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standards and industry practices including but not limited to Occupational Safety and Health Act (OSHA). - DELIVERY: The Contractor shall provide services during their normal business hours except on recognized US holidays or when Government facility/installation is closed due to local and national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at the Government facility. The Contractor shall, always, maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS.

DLA Columbus

3990 E. Broad St. Columbus, OH 43218

SOLICITATION PROVISIONS

52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its Addendum, applies to this acquisition. 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. In this Lowest Price Technically Acceptable (LPTA) acquisition, the following factors will be evaluated: (a) Factor 1 Management Approach / Technical Service Acceptability (b) Factor 2 Technical Qualifications of Proposed Staffing (c) Factor 3 Price 2. The non-price evaluation factors for award represent those specific characteristics that are tied to significant RFQ requirements. They are the uniform baseline against which each offeror's proposal is evaluated allowing the Government to make a determination of acceptability. The non-price evaluation factors for the determination of Technical Acceptability for this acquisition consist of the following first two evaluation factors: Factor 1 Management Approach / Technical Service Acceptability

Factor 2 Technical Qualifications of Proposed Staffing

Evaluation Factors 1 and 2 will be rated in accordance with the following table:

Adjectival Rating

Description Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation Each factor will receive a rating of Acceptable or Unacceptable. If either factor receives an Unacceptable rating, then the overall rating for technical acceptability is Unacceptable. To be Technically Acceptable and eligible for award, the offeror must meet and be rated Acceptable for all of the requirements for the following factors: FACTOR 1 MANAGEMENT APPROACH / TECHNICAL SERVICE ACCEPTABILITY To be rated Technically Acceptable, the contractor shall submit with its offer a detailed Management Plan. The Management Plan shall demonstrate that the contractor is capable of completing all work in accordance with the Performance Work Statement. The Management Plan must identify all work that shall be accomplished with in-house resources and demonstrate that the contractor has identified all strategic partners for any project requirements that are to be completed by subcontractors. The Management Plan shall include but not be limited to the following: Organizational Structure, Lines of Support, Subcontractor Relationships, Operational Procedures, Employee Resumes, Overall Approach to Work, Transition Plan, Quality Management Plan, Project Management Plan, Environmental & Safety Plan, and Security Plan. The Management Plan shall be evaluated using all applicable codes and standards for reference. In conjunction with the codes and standards, the Management Plan will also be evaluated using the manufacturer recommended preventative maintenance as provided in the manufacturer's operation and maintenance manuals. The offeror shall provide this information with its company proposal submission.

FACTOR 2 TECHNICAL QUALIFICATIONS OF PROPOSED STAFFING

To be Technically Acceptable, the contractor shall submit the following with its offer: (a) The contractor shall provide sufficient documentation of the certifications, licenses, and specific experience of all technicians to work on the project. These qualifications shall demonstrate the ability of the technicians to manage, operate, and execute the quality assurance requirements for the maintenance of elevators and wheelchair lift systems for contracts of similar size and scope. Only contractors with a minimum of five (5) years of experience in providing services for contracts of similar size and scope are qualified to submit an offer. Failure to submit sufficient supporting documentation in the Contractor offer may be grounds for not accepting an offer. (b) The contractor shall provide all licenses required by the Local, State, and Federal Government for the work being conducted. (c) The contractor shall submit copies of any contingent contracts or subcontracts that provide any services required under this contract. (d) The contractor shall provide sufficient documentation of the certifications, licenses, and specific experience for all Program Managers. All Program Managers are required to have a minimum of three years of experience executing the designated program requirements. Safety Manager(s) shall have an OSHA 30-hour course certification. Key personnel designated for these assignments must be designated by the principle in writing. Designees may perform multiple responsibilities. Factor 3 - Price (a) Lowest Price: Proposals not technically acceptable will be removed from consideration, and award will be made to the lowest priced technically acceptable responsible contractor. The LPTA procedure is applied to known, firm requirements, usually readily available in the commercial marketplace where a fair and reasonable price determination is based on adequate price competition. A price analysis will be conducted to determine the total evaluated price to support the selection of the lowest priced technically acceptable offeror. When contracting on a firm-fixed price basis, comparison of the proposed prices will usually satisfy the requirement to perform a price analysis since competition normally establishes price reasonableness, and a cost analysis need not be performed. (b) Requested Price Information: All pricing shall be commensurate with established labor hour rates as contained within the U.S. Department of Labor Wage rate determination for the Service Contract Labor Standards statute (formerly the Service Contract Act of 1965). The offeror's proposed labor categories and labor rates will be evaluated. The submission of certified cost or pricing data will not be required for this acquisition since it is expected to be under the Truth in Negotiations Act (TINA) threshold of $2,000,000.00 and there is expected to be adequate price competition. (c) Fair Market Price: This acquisition is intended to be unrestricted. If a fair and reasonable price cannot be established by the contracting officer from the analyses of the data obtained or submitted to date, the contracting officer shall require the submission of additional data sufficient for the contracting officer to support the determination of the fair and reasonable price such as profit or should-cost analysis.

BASIS OF AWARD

Basis for Award and Summary Evaluation Factors. (a) Proposals evaluation factors are: Technical Acceptability, which has the two factors of Management Approach / Technical Service Acceptability and Qualifications of Proposed Staffing; and Price. (b) The non-price factors are Technical Acceptability (Management Approach / Technical Service Acceptability and Qualifications of Proposed Staffing). These factors address the contractor's capability and provide evidence that they can perform the requirements described in the Performance Work Statement (PWS). (c) Only the proposals found to be technically acceptable will be further evaluated for award. This means a proposal is acceptable for all factors. (d) Price will be evaluated for reasonableness and completeness. (e) Contract Award will be made to the responsible vendor that offers the lowest priced technically acceptable proposal. *Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). *A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7, System for Award Management Registration 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-48, Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.222-41 Service Contact Labor Standards 52.222-52 - Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan 52.225-2, Buy American Certificate 52.225-1, Buy American Supplies 52.225-6, Trade Agreements-Certificate 52.225-5, Trade Agreement 52.229-11, Tax on Certain Foreign Procurements Notice and Representation 52.240-90 - Security Prohibitions and Exclusions Representations and Certifications

CONTRACT CLAUSES

52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services, applies to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government. 52.203-13, Contractor Code of Business Ethics and Conduct 52.203-17, Contractor Employee Whistleblower Rights 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8. Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-16, Liquidated Damages Subcontracting Plan 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contracct Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements 52.222-54, Employment Eligibility Verification 52.222-62, Paid Sick Leave Under Executive Order 13706 52.222-90 Addressing DEI Discrimination by Federal Contractors 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-12, Maintenance 52.223-23, Sustainable Products and Services 52.224-3, Privacy training, with Alt I 52.225-1, Buy American-Supplies 52.225-5, Trade Agreements 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-29, Terms for Financing of Commercial Products and Commercial Services 52.232-30, Installment Payments of Commercial Products and Commercial Services 52.232-33, Payment by Electronic Funds Transfer System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.240-91, Security Prohibitions and Exclusions 52.240-92, Security Requirements 52.240-93, Basic Safeguarding of Covered Contractor Information Systems 52.244-6, Subcontracts for Commercial Products and Commercial Services 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26, Covered Telecommunications Equipment or Services-Representation. DFARS 252.204-7008 , Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services Representation. DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation. DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements. DFARS 252.204-7020, NIST SP 800-171DoD Assessment Requirements.

52-217-8 Option to Extend Service

52.217-9 Option to Extend the Term of the Contract 52.237-1 SITE VISIT (APR 1984) FAR Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) (DFARS) (a)Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Work Flow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. Payment request and receiving report are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b)Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c)WAWF access. To access WAWF, the Contractor shall (1)Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2)Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d)WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e)WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)Document type. The Contractor shall submit payment requests using the following document type(s): (i)For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii)For fixed price line items (A)That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. __________2 in 1 Invoice_________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B)For services that do not require shipment of a deliverable, submit either the Invoice Combo Invoice, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ___________2 in 1 Invoice_________________________________________________ (Contracting Officer: Insert either Combo Invoice or the applicable invoice and receiving re port document type(s) for fixed price line items for services.) (iii)For customary progress payments based on costs incurred, submit a progress payment request. (iv)For performance based payments, submit a performance based payment request. (v)For commercial financing, submit a commercial financing request. (2)Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF combo document type to create some combinations of invoice and receiving report in one step.] (3)Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Field Name in WAWF

Data to be entered in WAWF

Pay Official DoDAAC

SL4701

Issue By DoDAAC

SP4702 Admin DoDAAC** SP4702

Mark for Code

NA Service Approver (DoDAAC) SC0707 Service Acceptor (DoDAAC) SC0707

DCAA Auditor DoDAAC

NA Other DoDAAC (s) NA (*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert See Schedule or Not applicable. ) (**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4)Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5)Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g)WAWF point of contact. (1)The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. __________ Rafael Menendez ______________ (Contracting Officer: Insert applicable information or Not applicable. ) (2)Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _60____ [insert the period of time within which the Contracting Officer may exercise the option]. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ___30__ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60____ days[60days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___2 years and 6 months__ (months) (years). - DATE, TIME, PLACE FOR RECEIPT OF QUOTE AND GOV. POC Proposals are due by 3:00 p.m. (EDT) time on 29 MAY 2026. Electronic proposals must be submitted via e-mail to Becky Hard at Becky.Hard@dla.mil. Facsimile proposals will not be accepted. A site visit will be held at DSCC on Wednesday May 20th at 1:00 PM EST. Personnel will report to the DSCC Visitors Center in Columbus Ohio on Wednesday May 20th by 1:00PM EST. Any contractor personnel who plan to attend MUST notify the Contracting Officer, Becky Hard, via e-mail at Becky.Hard@dla.mil NO LATER THAN (NLT) Tuesday May 19th at 1PM. Unless personnel already have installation access, a pre-enrollment in the DBIDS system is required. Please visit the following link (https://dbids-global-enroll.dmdc.mil/preenrollui/#!/ ), fill out the form using Becky Hard as a sponsor, and send the resulting DBIDS number to the Contracting Specialist NLT Tuesday May 19th, at 12 noon. All vendor questions about the RFQ shall be submitted via e- mail to Becky Hard at Becky.Hard@dla.mil. All questions shall be received by 22 MAY 2026 at 12:00 PM Eastern Daylight Time, after which the period for responding to questions shall have closed. All vendor questions will be submitted using Q&A Matrix Template only.

ANY OTHER ADDITIONAL INFORMATION

(1) POINT OF CONTACT: Becky Hard, Contract Officer, Becky.Hard@dla.mil DLA Contracting Services Office Columbus Division 1 (DCSO-C1)

3990 East Broad Street

Columbus, Ohio 43213 (2) SET-ASIDES: Full and Open Competition (3) CODES FOR SERVICES OR SUPPLIES: PSC: Z1JZ V00015602 Maintenance of Miscellaneous Elevator

NAICS 238290

*A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. - Selection of an offeror for contract award will be made based on an assessment of each offeror's response to this combined synopsis/solicitation notice. As a combined synopsis/solicitation notice an award will be based on a responsible offeror) that submits a proposal that confirms the technical requirements of the solicitation. - Contractor must be registered in System for Award Management (SAM) before proposal submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM's certification with your proposal. The contractor must have an active SAM registration at the time of proposal submission. No award will be made to a Contractor not registered in the System for Award Management (SAM). In addition, the Contractor's Representations and Certification must be listed in the SAM database. The Contractor must maintain an ACTIVE status in SAM prior to award and throughout the life of this contract. Invoices will be paid using the financial information provided in the Contractor's SAM profile. Failure to keep an ACTIVE status may result in payment delays and other administrative delays. - The Performance Work Statement (PWS) found in this combined synopsis/solicitation represents the scope of supplies required under this solicitation.

COMPLETE PROPOSAL INSTRUCTIONS

In addition to the requirements at FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, please note the following additional proposal submission instructions. Offerors shall provide the following documents as a part of your proposal:

Complete Quote Instructions

- 1 Signed copy of the 1449

Technical Approach

- Pricing via Section B Document - - A Standard Form (SF) 1449 is used in this combined synopsis/solicitation. Therefore, a signature on page 2 of the 1449 will specify the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information; or reject the terms and conditions of the solicitation may be rejected. Include a certifying statement of the accuracy of the proposal and a signature by the principal of the firm/entity. (one (1) PDF document) - - SAM Certifications. Provide evidence showing that your company has an ACTIVE registered in SAM.gov coinciding with the date of your proposal. (one (1) PDF document) - Technical Approach. Review Evaluation Criteria Factors and FAR 52.212-2 for technical acceptability considerations. (one (1) PDF document) - - Price. In addition to providing the completed price proposal form (Attachment 1-Section B), ensure that your price proposal includes enough details so that the contracting officer can make a fair and reasonable price determination in accordance with (utilizing) the price analysis techniques found at FAR 15.404-1(b)(2). (one (1) PDF document) NOTE: Proposal MUST be good for 90 calendar days after closing of the notice.

Site Visit

Wednesday May 20th at 1PM DBIDS number submitted to Becky Hard by Tuesday May 19th at 12 noon. Question Period closes: May 22nd at 12:00 PM All Quotes due by May 29th, 2026, at 3:00 PM EST Potential offerors are hereby notified that this notice and subsequent amendments to the notice will only be available by downloading the documents at the SAM.gov Website at http://www.sam.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. The Offeror shall mark each page of its quote with the legend Source Selection Information See FAR 2.101 and 3.104. This includes the cover page and every page that may contain source selection information. Note that the Offeror has an independent requirement to mark anything deemed to be bid or quote information, protected proprietary information, or other information that is to be protected from disclosure to ensure that the information is protected. Attachments:

Pricing Section B

- Performance Work Statement (PWS)

Technical Specification

- QASP

Summary (Newest Update)

Background The Defense Logistics Agency (DLA) is issuing this combined synopsis/solicitation for elevator service and maintenance. The goal of this contract is to ensure the safety and efficiency of building elevators and wheelchair lifts at the DLA facility in Columbus, Ohio. This acquisition is intended for full and open competition, allowing all qualified contractors to submit proposals. Work Details The contractor will provide performance-based elevator/wheelchair lift maintenance and service, which includes: 1. Preventive Maintenance of Elevators and Wheelchair Lifts (CLIN 0001). 2. Emergency Troubleshooting / Corrective Maintenance of Elevators and Wheelchair Lifts (CLIN 0002). 3. Third-Party Annual Inspection of Elevators and Wheelchair Lifts (CLIN 0003). 4. Cybersecurity measures related to the elevator systems (CLIN 0004). The contractor must supply all management, supervision, labor, materials, supplies, repair parts, tools, and ensure effective completion of all work specified in accordance with federal, state, county, and city laws and codes. Compliance with OSHA standards is also required. Place of Performance DLA facility located at 3990 East Broad Street, Columbus, Ohio 43213.

Contacts
Contact nameBecky Hard
Contact emailbecky.hard@dla.mil
Contact phone(614) 981-1791
Same Region Opportunities