Opportunity
SAM #SP4702-26-Q-0014
Elevator and Wheelchair Lift Maintenance, Inspection, and Cybersecurity Services at DSCC Columbus
Buyer
DCSO COLUMBUS-DIVISION-1
Posted
May 15, 2026
Respond By
May 29, 2026
Identifier
SP4702-26-Q-0014
NAICS
238290
The Defense Logistics Agency (DLA) is seeking a contractor to provide comprehensive elevator and wheelchair lift maintenance and inspection services at the Defense Supply Center Columbus (DSCC), Ohio. - Government Buyer: - Defense Logistics Agency (DLA), including DLA Installation Management Columbus and DLA Contracting Services Office – Columbus Division 1 - Products/Services Requested: - Preventive maintenance for 19 elevators and 2 wheelchair lifts across multiple DSCC buildings (including Buildings 20, 306, 43, 11, and 2) - Emergency troubleshooting and corrective maintenance (time and materials basis) - Third-party annual inspections and certifications for all covered units - Cybersecurity services for elevator and wheelchair lift control systems, including maintaining an air-gapped system and providing cybersecurity documentation - All management, supervision, labor, materials, supplies, repair parts, and tools required for service - Notable Requirements: - Compliance with ASME A17.1, A17.2, A18.1, NFPA 72, OSHA, and all federal, state, and local laws - Technicians and program managers must have relevant licenses and at least five years of experience - Detailed management plan and technical qualifications required in proposals - Emergency response within specified timeframes and 24/7 on-call availability - Mandatory site visit for prospective contractors - Quantities and Line Items: - Monthly preventive maintenance for 21 elevators and wheelchair lifts (12 months per year, base and option years) - Annual third-party inspections for all units - Specific elevator and lift types and capacities detailed for each building - No specific OEMs or vendors are named in the solicitation; full and open competition is anticipated - Place of performance is DSCC, 3990 E. Broad St., Columbus, OH, with services spanning multiple buildings on the campus
Description
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.
Place of Performance:
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:
Technical Acceptable/Unacceptable Rating Method
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).
… (additional content omitted for brevity) …