This document is an amendment to a previous combined solicitation, 36S79726Q0004, for Elevator Modernization (VA-26-00015294) with a contracting office zip code of 60141. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of December 22, 2025, at 4:00 PM Central Time. A mandatory site visit is scheduled for December 2, 2025, at 9:00 AM at the U.S. Department of Veterans Affairs, Building 37, 1st Ave, One block North of 22nd St (Cermak Rd). Attendees are limited to three company representatives, who must present company ID and business cards. Bond requirements are in accordance with FAR 28.102-1. Points of contact for the site visit are James Sherry (james.sherry@va.gov) and Paul Coppola (paul.coppola@va.gov).
The Department of Veterans Affairs (VA) is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL. This solicitation, numbered 36S79726Q0004, is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside. The project involves removing outdated equipment and installing new, code-compliant components to enhance operational performance, safety, and reliability. Questions regarding the solicitation are due by December 1, 2025, at 4:00 PM CST, and proposals are due by December 22, 2025, at 4:00 PM CST. All inquiries and proposals should be submitted to michelle.williams4@va.gov. This initiative aims to upgrade critical infrastructure, ensuring the facility meets current safety and operational standards.
The Request for Quotations (RFQ) 36S79726Q0004 outlines the comprehensive modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL. The project involves removing outdated components and installing new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. Key objectives include replacing major hydraulic components, upgrading safety features, improving ride performance, and minimizing downtime. The scope details demolition and removal of existing equipment, installation of new components (e.g., cylinder, pump unit, controller, door operator), and ensuring compliance with ASME A17.1/CSA B44, ADA, and local codes. The project duration is 180 days with a minimum one-year warranty on labor and materials. Evaluation criteria for offers include technical merit, price, and past performance, with technical and past performance being more important than price. The contract type will be Firm-Fixed-Price, and bidders must comply with various federal acquisition regulations, including Buy American requirements and prohibitions on certain telecommunications and software. The NAICS code for this acquisition is 333921 (Elevator and Moving Stairway Manufacturing) with a small business size standard of 1000 employees.
The document outlines various government contracts, grants, and RFPs, with a significant focus on infrastructure projects and environmental assessments. Key sections detail improvements to mechanical, plumbing, and fire suppression systems, ensuring compliance with federal, state, and local regulations. The document also addresses hazardous material surveys, identifying asbestos, lead-based paint, and microbial growth, which require careful handling and remediation. These projects prioritize safety, compliance, and modernization of facilities, emphasizing detailed planning, coordination among trades, and adherence to strict guidelines to mitigate risks and enhance operational efficiency. The recurring themes across the various sections are infrastructure development, environmental protection, and public safety in government undertakings.