Opportunity

SAM #697DCK-26-R-00194

FAA Elevator Maintenance Services for Arkansas and Mississippi ATCT Facilities

Buyer

FAA Regional Acquisition Services

Posted

May 01, 2026

Respond By

May 28, 2026

Identifier

697DCK-26-R-00194

NAICS

238290

The Federal Aviation Administration (FAA) is seeking a contractor to provide comprehensive elevator maintenance services at multiple Air Traffic Control Tower (ATCT) facilities in Arkansas and Mississippi. - Government Buyer: - Federal Aviation Administration (FAA), Department of Transportation - Regional Acquisitions Services (AAQ-500), Memphis District - Contracting office located at FAA SW Regional Office, Fort Worth, TX - Service Scope: - Full-service elevator maintenance at Fort Smith (FSM ATCT), Fayetteville (FYV ATCT), Little Rock (LIT ATCT), and Greenville (GLH ATCT) - Includes preventive maintenance, inspections, repairs, adjustments, and 24/7 emergency response - Maintain elevator operational availability of 97% and limit unscheduled outages - Compliance with ASME A17.1 standards required - Deliverables: quality control plans, service call reports, as-built drawings, and assessment reports - Excludes vandalism repairs and certain structural components - Contract Structure: - Firm-fixed price contract - Base year plus four option years - Emergency maintenance CLIN for unplanned repairs - No subcontracting permitted - Offeror Requirements: - Demonstrated past experience with similar elevator maintenance contracts - Technical proposal and insurance compliance required - Qualified elevator mechanics must be provided - Site Visits: - Scheduled at Fort Smith, Fayetteville, Little Rock, and Greenville ATCTs - Pricing: - Required for base and each option year for each service location - Locations: - FAA ATCT facilities in Fort Smith, Fayetteville, Little Rock (Arkansas), and Greenville (Mississippi) - Contracting office in Fort Worth, TX - Delivery location at MEM NAV/COM SSC, Memphis, TN - No specific OEMs or elevator manufacturers are named; competition is open to qualified elevator maintenance providers.

Description

This Solicitation (SIR) is for AR/MS Elevator Maintenance to be completed as required in the Performance Work Statement (PWS) that is located as attachment J-1 of the attached Solicitation 697DCK-26-R-00194. This acquisition is a full and open competition acquisition with no set aside. The principal North American Industry Classification System (NAICS) code applicable to this effort is 238290 – Other Building Equipment Contractors. The resulting award will be a Firm-Fixed Price Contract. Site Visits will be held as follows: 5/13/26 9:00 am Local Time – Fort Smith (FSM ATCT), 5100 S. 66th St, Fort Smith, AR 72903 1:00 pm Local Time – Fayetteville (FYV ATCT), 437 W Ernest Lancaster Dr, Fayetteville, AR 72701 5/14/26 9:00 am Local Time – Little Rock (LIT ATCT), 2601 David Grundfest Jr Drive, Little Rock, AR 72206 2:00 pm Local Time – Greenville (GLH ATCT), 166 Fifth Ave, Greenville, MS 38703 Please send an email to noah.f.laDuca@faa.gov; jennifer.j.davis@faa.gov the names of those attending and the name of the company they are representing no later than Tuesday, May 12, 2026, by 12:00 PM Central Time. Each company will be limited to two (2) total attendees and will be required to have a REAL ID to be granted access to the facility. Please document all your questions while at the site visit and submit them in written format via email to noah.f.laduca@faa.gov; jennifer.j.davis@faa.gov no later than 12:00 PM Central Time on Monday, May 18, 2026. Questions will not be answered during the site visit. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be provided by 2:00 PM Central Time on Thursday, May 21, 2026. All responses must reference the solicitation number 697DCK-26-R-00194 and be submitted to the following email addresses: noah.f.laduca@faa.gov; jennifer.j.davis@faa.gov. SA18 PROPOSAL CONTENT Submission of Offer. An Offeror shall submit an offer which shall include the following: Proposal (Provide 1 copy) NOTE: The contractor's proposal shall include: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken. [ ] Signed SOLICITATION, OFFER, AND AWARD form (plus all amendments issued). [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed. [ ] A Technical Proposal demonstrating how all the required services in the Performance Work Statement (PWS) will be completed and a demonstration of Key Personnel that will manage this contract. Subcontracting will not be allowed. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019). [ ] No less than three (3) Past Experience References of similar work (e.g., must be elevator maintenance work of a similar size and scope) to the requirements in this SIR. SA56 EVALUATION FACTORS FOR AWARD – SERVICES The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions. In accordance with AMS Policy Section 3.2.2.3.1.2.2, Communications with Offerors, the purpose of communications is to ensure mutual understanding between the FAA and offerors about all aspects of the procurement, including the offerors' submittals/proposals. Communications with offerors may take place throughout the source selection process, through contract award, and following award as necessary. Offeror responses to Communication Items may be considered in the evaluation of an offeror’s proposal. Where communications do not result in any changes in the Government’s requirements or SIR, the Government is not required to request or accept offeror revisions. The Government may hold one-on-one meetings with individual offerors as it pertains to their offers. One-on-one communications may continue throughout the process at the Government’s discretion. Communications with one offeror do not necessitate communications with all other offerors. All communications between the Government and offerors must be through the CO or individuals designated by the CO in writing. Offerors must submit written communications to the CO. The FAA also reserves the right to award a contract immediately following the conclusion of evaluations and is not required to conduct discussions or negotiations with the successful Offeror or any other Offeror. Proposals shall be evaluated as either 'acceptable' or 'unacceptable' on the basis of the following criteria: A. Past Experience Provide a list of at least three (3) successful contracts that provided elevator maintenance services within the past five (5) years where subcontracting was not utilized. Specifically identify projects of similar size and scope as described in the Scope of Work in this solicitation. Be specific and provide details. For each project address the following points: Project Title, description and contract number Client names, phone numbers, and contact person Dollar Value Scope of Work in detail Percentages of work subcontracted and nature of that work Award and Completion dates Any contractual issues or technical matters disputed, and resolution thereof Any claims and resolution thereof (i.e., nature, number dollar value) Any relevant information that would reflect on the offeror’s ability to meet schedule constraints Standard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. If any of the information required is not included in the form then the Offeror will be considered non-responsive and evaluated as unacceptable. Failure to demonstrate the minimally acceptability standards under this factor will result in an "UNACCEPTABLE" rating and possible elimination from further consideration for contract award. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination. CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I – SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable. The FAA will evaluate proposals for reasonableness in accordance with AMS Policy Section 3.2.3.2 and AMS Procurement Guidance Section T3.2.3. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. When determining price reasonableness, the Government reserves the right to compare the Offeror’s proposed prices to the Independent Government Cost Estimate, to published catalog or market prices, to prior prices paid for the same or similar items and services, or as compared to any other sources. The FAA reserves the right to perform price realism and/or cost realism in accordance with AMS T.3.2.3(A)(1). The FAA reserves the right to conduct cost analysis if necessary to ensure a fair and reasonable price and to support the price realism and/or cost realism analysis. The FAA, at its sole discretion, may require additional information to conduct cost and price analysis or reject proposals lacking completeness or consistency. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (May 28, 2026). Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.” DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY VIA EMAIL TO noah.f.laduca@faa.gov; jennifer.j.davis@faa.gov. NO PHONE CALLS WILL BE ACCEPTED. MILESTONES Site Visit Attendee List Due – 05/12/26 by 12:00 noon CT Site Visits: Fort Smith (FSM ATCT) – 05/13/26 at 9:00am Local Time Fayetteville (FYV ATCT) – 05/13/26 at 1:00pm Local Time Little Rock (LIT ATCT) – 05/14/26 at 9:00am Local Time Greenville (GLH ATCT) – 05/14/26 at 2:00pm Local Time Questions due – 05/18/26 by 12:00 noon CT Answers out – 05/21/26 by 2:00 pm CT Proposals due – 05/28/26 by 12:00 noon CT All submissions must be received no later than 12:00 noon Central Time on Thursday, May 28, 2026. Offerors assume full responsibility for ensuring that proposals are received at the place and by the date and time specified above. Late submittals will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.

View original listing