CANCELLATION: National Elevator Modernization & Construction IDIQ SB Set Aside RFP
ID: 47PM0925R0004Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORTWASHINGTON, DC, 20405, USA

NAICS

Construction (23)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 12:59 PM UTC
Description

The General Services Administration (GSA) has announced the cancellation of the National Elevator Modernization & Construction Indefinite Delivery/Indefinite Quantity (IDIQ) Small Business Set Aside Request for Proposal (RFP). This procurement aimed to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total potential contract value of $250 million over a five-year period. The initiative is significant for enhancing elevator systems within federal buildings, promoting safety, accessibility, and compliance with regulatory standards. Interested parties can reach out to Theodore Bonwit at theodore.bonwit@gsa.gov or Ericka M. Wilson at ericka.wilson@gsa.gov for further information, although the solicitation has been officially canceled as of February 6, 2025.

Point(s) of Contact
Ericka M. Wilson
ericka.wilson@gsa.gov
Files
Title
Posted
The National Elevator Modernization Contract outlines the establishment of Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for elevator construction and modernization tasks, valued below $1 million, across GSA's 11 regions. The GSA aims to award contracts over a base year and four option years, totalizing a $250 million maximum amount. Small businesses are a priority, with each contractor guaranteed a minimum of $2,000 without a required order. The scope includes comprehensive elevator and escalator system modernization, ensuring compliance with safety and accessibility regulations. Contractors must perform at least 80% of tasks, and project deliverables include designs, installation, documentation, and safety management. The document sets forth various contractual and regulatory stipulations, including performance criteria, wage determinations, insurance requirements, and security protocols for contractor personnel. In summary, this agreement facilitates the modernization and compliance of elevator systems in federal buildings while promoting competitive bidding and small business inclusion.
The document outlines the amendment to the National Elevator Modernization Indefinite Delivery/Indefinite Quantity (IDIQ) solicitation, detailing changes and requirements for contractors bidding on elevator construction and modernization projects valued under $1 million. Key modifications include updated bonding requirements, reduced supplemental contract success submissions, and adjustments to evaluation criteria. The solicitation, administered by the GSA, permits multiple award contracts across eleven regions to enhance competition and efficiency for federal building projects. The IDIQ contract establishes a guaranteed minimum of $2,000 with a total maximum value of $250 million, featuring tasks up to $1 million each. The contract emphasizes small business participation and the necessity for contractors to self-perform at least 80% of work. The scope encompasses design, installation, and compliance with numerous regulatory standards like ANSI, OSHA, and ADA. It also delineates obligations for project management, safety inspections, and key personnel requirements, ensuring high-quality project delivery while minimizing disruption to federal facilities. The outlined processes promote a structured framework for contractors and the compliance necessary for federal projects, demonstrating the government's commitment to maintaining building safety and accessibility.
This document outlines safety and health requirements for construction-related work, emphasizing protective measures to safeguard employees and the environment. The general guidelines insist on adhering to various federal regulations, including OSHA standards and environmental acts concerning hazardous materials such as asbestos, lead-based paints, and PCBs. Key provisions include a pre-construction safety meeting to discuss protocols and a commitment from contractors to ensure compliance with relevant safety measures. Essential accident reporting mechanisms are detailed, requiring any serious incidents to be reported within two hours, with comprehensive documentation to be submitted. The document mandates contractor responsibility for health and safety, requiring a detailed plan of action for hazardous materials, including identification, prevention measures, and emergency procedures. Public protection measures must also be implemented, necessitating fencing, proper signage, and dust control during construction. Overall, this guidance aims to ensure safety during construction activities while complying with applicable local and federal regulations. It highlights the complexities associated with managing hazardous materials and emphasizes the importance of maintaining a safe environment for both workers and the general public.
The document outlines comprehensive procedures for asbestos abatement, detailing the responsibilities and requirements for contractors engaged in such work. It describes the overall scope, which encompasses the reduction of asbestos air concentrations, material removal, containment, and disposal. Key requirements include contractor qualifications specific to the District of Columbia, Maryland, and Virginia, as well as strict adherence to state and federal regulations such as NESHAP. The document mandates the submission of various plans and qualifications from contractors, including air testing results, disposal plans, and plans for the decontamination of work areas. To ensure safety, work must be conducted under rigorous guidelines, with monitoring of airborne asbestos levels and adherence to protective measures. The abatement process involves isolation of work areas, utilization of specialized equipment, and careful handling and disposal of asbestos materials. Additionally, contractors must achieve significant final air quality standards before the removal of containment barriers. This rigorous framework demonstrates the government’s commitment to ensuring safe and effective asbestos management in compliance with applicable regulations.
The Asbestos Roofing Removal Procedures document outlines the necessary steps and requirements for safely removing and disposing of asbestos-containing roofing materials. It emphasizes the need for compliance with federal, state, and local regulations to minimize airborne asbestos levels during the abatement process. Key elements include contractor qualifications, air monitoring protocols, and strict adherence to safety and health regulations. The contractor must ensure that all personnel are properly trained and licensed in asbestos removal, must submit detailed plans of action and disposal methods, and provide notifications to relevant authorities before commencing work. The document also specifies quality control measures, such as continuous air monitoring, visual inspections, and proper disposal of asbestos waste in accordance with EPA guidelines. Overall, this document serves as a comprehensive guide for government contractors involved in asbestos abatement projects, ensuring safety and regulatory compliance throughout the process.
This government document outlines the procedures and safety measures for the removal of bird and bat droppings in designated control areas. The contractor is responsible for ensuring worker and visitor safety, adhering to federal, state, and local regulations, and implementing strict dust control measures. Key procedures include isolating the work area, saturating droppings to prevent airborne particles, and utilizing appropriate equipment such as industrial HEPA vacuums for debris removal. Workers are required to wear protective clothing and respirators, and disposable coveralls must be properly disposed of after use. Cleanup procedures involve thorough final cleaning with disinfectants, and visual inspection by the Contracting Officer ensures satisfactory completion of the work. The document emphasizes the integration of these tasks with other environmental abatement efforts, maintaining a focus on health and safety throughout the process. Overall, this guideline serves to ensure safe and effective removal of hazardous materials in compliance with relevant regulations, underscoring the importance of worker safety and environmental protection in government projects.
The document outlines stringent guidelines for the control and abatement of lead-based paint (LBP) during federal construction projects. It specifies that all painted surfaces in facilities built before 1978 must be treated as potentially lead-containing unless tested otherwise. The guidelines detail procedures for identifying, containing, repairing, removing, and disposing of lead-containing materials, emphasizing proper protective measures to minimize lead exposure. Contractors must be licensed and trained in lead abatement, complying with relevant federal and local regulations. The document outlines pre-work submission requirements such as proof of previous lead abatement projects, personnel qualifications, and a site-specific work plan. It mandates daily clean-up and waste disposal practices and sets specific air quality standards to measure lead dust levels during the project. Post-abatement, clearance testing of work areas includes stringent criteria for lead levels, ensuring compliance with health and safety regulations. Overall, these measures highlight the government's commitment to safeguarding public health during renovations involving hazardous materials, aligning with regulatory standards for lead safety and environmental protection.
The document outlines the file naming requirements for uploading documents to the electronic contract file system (EASi/EDMS) within the Public Building Service (PBS). It emphasizes the importance of maintaining organization and clarity in file names to facilitate access for different parties involved in contract management. Key guidelines include starting file names with a descriptive title, avoiding duplicate or draft files, and implementing a specific date format (YYYY MM DD) when applicable. Specific rules discourage the use of special characters or uncommon abbreviations and advise on how to incorporate revision identifiers for modified documents. Sample file names illustrate the proper format for various types of documents, including awards, modifications, and correspondence. The overall purpose is to create a uniform and efficient filing system that supports compliance and accessibility in government contracting processes, ensuring that important contract documentation is easily retrievable and clearly categorized for users across PBS operations.
The GSA Order ADM 7002.1 establishes guidelines for the implementation of Smart Buildings (SB) within federally owned facilities under the General Services Administration (GSA). Its purpose is to create consistency in applying and evaluating SB technologies, which aim to modernize facility management, ensure energy conservation, enhance occupant comfort, and promote data-driven decision-making. The document outlines definitions for Smart Buildings, Building Monitoring and Control Systems, Operational Technology, and the Internet of Things. The Order applies to GSA Public Buildings Service employees and contractors involved in federally owned facilities and emphasizes a collaborative approach involving multiple stakeholders, including the Office of the Chief Information Officer (OCIO) and various regional representatives. It mandates adherence to existing federal policies and outlines specific procedures for the deployment of SB technologies, cybersecurity practices, and project approval processes through the newly established GSA SB Advisory Board. The document underscores the importance of compliance, data integration, and appropriate oversight to effectively implement smart systems across GSA's building inventory, ultimately aimed at facilitating innovation while ensuring security and operational efficiency.
The General Services Administration (GSA) issued Order CIO 2180.2, establishing rules for the handling of Personally Identifiable Information (PII) to comply with federal policy requirements outlined by the Office of Management and Budget. This Order details the responsibilities of GSA employees and contractors regarding PII, emphasizing mandatory background checks and training for those accessing sensitive information. It defines key terms such as "PII", "breach", and "security incident" while outlining protective measures for PII and corrective actions for non-compliance, which may include disciplinary measures for employees and potential criminal penalties under the Privacy Act for contractors. The GSA mandates reporting all suspected breaches and incidents to the IT Service Desk. This document reinforces GSA's commitment to safeguarding personal information and ensuring that all personnel understand their roles in maintaining data privacy and security. Compliance with these regulations is crucial for protecting individual privacy and upholding organizational integrity within federal operations.
The GSA Order ADM 2181.1 outlines the policy for Personal Identity Verification (PIV) and credentialing in accordance with the Homeland Security Presidential Directive-12 (HSPD-12) and related federal guidelines. It specifies the requirement for background investigations for federal employees and contractor personnel needing access to GSA facilities and IT systems. Labor classifications are defined, differentiating between long-term, short-term, and temporary contractor employees, each with distinct credentialing processes and levels of background investigations, such as Special Agreement Checks (SAC) and Tier investigations. Key responsibilities are designated to various officials, including the Office of Mission Assurance (OMA) and Requesting Officials (RO), who manage credentialing processes and oversee compliance with security standards. The order also mentions the cancellation of a previous directive, consolidates operational references, and incorporates updated policies while providing appendices detailing employee responsibilities, background investigation requirements, and definitions relevant to credentialing. Overall, this directive reinforces the importance of secure identification for personnel access, ensuring alignment with federal security protocols while facilitating effective contractor management within GSA-controlled facilities.
Mar 12, 2025, 3:06 PM UTC
The GSA Solicitation No. 47PM0925R0004 outlines the Offeror Representations and Certifications required for entities bidding on government contracts for building equipment under NAICS code 238290. Key aspects include definitions of small business standards, eligibility conditions for procurement, and various represented certifications mandated by the Federal Acquisition Regulation (FAR). The document specifies that small business eligibility hinges on an average annual receipt threshold of $22 million or employee limits dependent on situational factors like set-asides. The Offerors must complete annual representations electronically via the SAM website, confirming their compliance with several provisions, including those concerning telecommunications equipment, integrity matters, and their responsibility regarding federal contracts exceeding $10 million. The solicitation broadly targets ensuring that potential contractors uphold integrity, legal compliance, and adequate business practices in light of federal law and industry standards. Through comprehensive reporting and disclosure requirements, the GSA aims to fortify the procurement process against risks associated with noncompliance or unethical practices, fostering a robust and trustworthy contractor community.
The government document outlines the qualifications and financial assessment requirements for contractors submitting proposals for federal contracts. It contains various sections, including general organizational information, financial statements, debt status, and existing contract details. The primary focus is to evaluate a contractor's financial health, ownership structure, and past performance to ensure they can fulfill the government's contracting needs. Key components include the organization’s basic details (name, address, type), taxpayer ID, inventory methods, ownership information, and any bankruptcy or legal issues. It also seeks information regarding any federal debt delinquencies, current government financing, financial statements, and banking information. Additional sections cover existing contracts and significant past jobs to establish credibility. The document's structure facilitates a comprehensive evaluation of a contractor's qualifications, encompassing their stability and ability to manage federal grants and RFPs responsibly. Overall, it serves to ensure that the government engages with financially sound and capable contractors, thereby minimizing risks associated with service delivery and project execution.
The document outlines a Pricing Sheet associated with a federal Request for Proposals (RFP) for elevator maintenance and related services. It details various items over multiple periods, including a Base Period and four Option Periods. Each period specifies not-to-exceed (NTE) quantities and unit prices for services (denoted in hours) and equipment (denoted in each). All entries indicate a NTE price of $0.00, suggesting that the specific costs have not yet been determined or negotiated. Services mentioned include maintenance for geared machines, gearless machines, and hydraulic units, among others, all adhering to qualifications outlined in Section B.8 of the associated agreement. The structure consists of item categories and corresponding quantities across different contract periods, culminating in a total for all periods. The purpose of the document is to establish a framework for pricing future services while emphasizing the potential work scope related to elevator systems as part of public infrastructure management. This serves as a preparatory step in the federal procurement and funding process, establishing expected service parameters and costs before bidding or awarding contracts.
Mar 12, 2025, 3:06 PM UTC
The document presents a series of questions and answers related to the Request for Information (RFI) preceding the release of RFP 47PM0024R0004, concerning elevator modernization services. Key topics addressed include the clarification of maintenance service requirements for specific elevator units in Minnesota and conditions for contractor participation, particularly regarding NAICS codes and joint ventures. There are discussions on the necessity of an 80% self-performance rule for contractors, where it is argued that this requirement may limit competition among small businesses skilled in elevator services. The document also proposes modifications to several paragraphs within the RFP to optimize contractor qualifications, reduce unnecessary restrictions, and adapt to advancements in technology associated with elevator systems. The importance of including ancillary systems in modernization assessments is emphasized. Furthermore, the document seeks to align terminology around security clearances and contractor mechanics' qualifications to ensure clarity and adherence to industry standards. Overall, the content reflects the government's aim to encourage a competitive and technically capable bidding process for elevator modernization projects.
The document outlines the proposal requirements for the Small Business Elevator Modernization Indefinite Delivery Indefinite Quantity (IDIQ) contract. It includes a comprehensive checklist for self-qualification and technical acceptability that applicants must complete. Essential information required includes the company name listed in SAM.gov, signature authority contact details, Unique Entity Identifier (UEI), and business certifications such as SBA Certified 8(a) or HUBZone. Companies must demonstrate their ability to perform at least 80% of the project work and submit a five-year safety report along with past performance data of elevator modernization projects. The proposal requires detailing previous contracts, including award dates, descriptions, and self-performance percentages. Additionally, bidders need to confirm their employees' qualifications for HSPD-12 clearances as per solicitation standards. The document emphasizes transparency and accountability, warning against misrepresentation, which may lead to severe consequences such as suspension from federal contracts. Overall, the summary reflects the structured process for evaluating small businesses to ensure compliance and capability in executing elevator modernization projects for the federal government.
Mar 12, 2025, 3:06 PM UTC
The document consists of a series of questions and answers related to a federal Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on elevator modernization. It addresses concerns around bonding capacity requirements and how they differ between the base IDIQ and individual task orders, emphasizing the need for specific performance and payment bonds for task orders exceeding $150,000. Key clarifications include requirements for bonding capacity, pricing structures including not-to-exceed rates, and the aspects of design responsibilities for task orders. It highlights the necessity for bond letters from surety companies and provides guidelines on how to assess bonding capacity in various states. Additionally, the document discusses expectations regarding task order pricing, including ancillary materials needed for equipment replacement, and stresses that the pricing must cover all costs and risks. The responses aim to guide contractors in preparing their proposals and understanding the regulatory framework surrounding the IDIQ solicitation process. Overall, the document functions as a vital resource for contractors to navigate the bidding process and fulfill federal procurement requirements.
Mar 12, 2025, 3:06 PM UTC
The U.S. General Services Administration (GSA) is hosting a pre-proposal conference for a Small Business National Elevator Multiple Award Indefinite Delivery Indefinite Quantity (MA/IDIQ) contract, aimed at facilitating elevator modernization projects with a contract ceiling of up to $1 million. Scheduled for February 5, 2025, the conference is designed to clarify government requirements and assist potential vendors in preparing their proposals. Key topics include the purpose of the IDIQ contracts, which streamline the acquisition process, and a detailed overview of the evaluation criteria for proposals, emphasizing safety records, bonding capacity, and technical acceptability. The scope is restricted to small businesses experienced in elevator modernization, with tasks allocated across eleven GSA regions nationwide. Proposal submissions are due by February 19, 2025, with strict instructions on documentation required, including forms related to qualifications, past performance, and pricing. Questions regarding the solicitation should be submitted by February 6, 2025. The document underscores the significance of adhering to the outlined guidelines, as only compliant proposals will be considered for evaluation and eventual selection for contract awards.
Mar 12, 2025, 3:06 PM UTC
The U.S. General Services Administration (GSA) has issued a Request for Proposal (RFP) for the Small Business Set Aside National Elevator Modernization Indefinite Delivery/Indefinite Quantity (IDIQ) Solicitation. This procurement aims to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total contract potential of $250 million over a five-year period. Exclusively designated for small businesses (defined by NAICS Code 238290), the GSA intends to evaluate proposals through FAR PART 15 Best Value procedures, allowing competition across the agency's 11 regions. Key deadlines for the proposal process include a virtual pre-proposal conference on February 5, 2025, and the submission of proposals due by February 19, 2025. The solicitation documentation includes various attachments related to contract specifications and proposal submittals. Questions regarding the RFP must be submitted via a specified form, with designated points of contact available for immediate assistance. This RFP is part of the GSA's broader initiative to modernize elevator systems by engaging small businesses in federal contracting efforts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
GSA Design Build Indefinite Delivery Indefinite Quantity Contract
Buyer not available
The General Services Administration (GSA) is issuing a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) that will serve the states of Iowa, Kansas, Missouri, and Nebraska. This procurement is open to all vendors, although certain task orders may be set aside for small businesses, and it aims to address a variety of construction needs, primarily focusing on renovation and alterations of federally managed buildings. The anticipated proposal release date is May 5, 2025, with awards expected by August 11, 2025, and each contract may last up to five years with a maximum value of $100 million. Interested vendors must register on SAM.gov to access solicitation documents, and inquiries can be directed to Steven Steinkamp at Steven.Steinkamp@gsa.gov.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the inspection, maintenance, and repair of six elevators located at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections, ensuring compliance with safety and operational standards while conducting necessary repairs. This procurement is vital for maintaining the functionality and safety of critical infrastructure at federal facilities. The performance period for the contract is set from May 1, 2025, to April 30, 2030, and interested contractors should direct inquiries to Donald Richer at dricher@usbr.gov.
Multiple AwardGeneral Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services, specifically targeting Pennsylvania, New Jersey, and Delaware. This contract will encompass a range of construction activities, including commercial office renovations, MEP system upgrades, and other related services, with a maximum ordering limit of $75 million over a five-year period. The procurement is set aside for small businesses, including specific socioeconomic categories, and emphasizes the importance of technical qualifications and past performance in the selection process. Interested contractors must submit their proposals electronically by May 2, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen at the provided email addresses.
MD Repair & Alteration IDIQ Solicitation Number Change
Buyer not available
Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
West Virginia & Western Virginia Construction Multiple Award IDIQ
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to participate in a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services in West Virginia and Western Virginia. The procurement aims to provide repair and alteration services for government-owned and leased facilities, with project values ranging from $250,000 to $3.926 million and potentially higher, depending on government discretion. This contract is crucial for maintaining and improving federal facilities, ensuring they meet operational standards and requirements. Interested contractors must submit their responses by April 14, 2025, at 12:00 PM Eastern Time, to Danyel Herdman and Kimberly DeSant via email, providing detailed corporate information and capabilities statements.
B6058 Install Elevator
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking bids for the installation of an elevator as part of project B6058. This procurement involves work classified under NAICS Code 238290, specifically for other building equipment contractors, and is set aside entirely for small businesses, with a size standard of $22 million. The project is significant for enhancing facility accessibility and is estimated to have a contract value between $250,000 and $500,000, with a performance period of 365 days following the Notice to Proceed. Interested vendors should note that the solicitation will be issued within 30 days of this presolicitation notice, and they can contact Todd Dempsey or Vance Bickford for further inquiries.
Additional Elevator Work
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for additional elevator work at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project involves modernizing a passenger elevator to comply with Iowa state code, including updates to the elevator shaft, car, lighting, HVAC systems, electrical systems, and fire safety features. This initiative is crucial for maintaining safety and compliance in public facilities, with an estimated construction cost between $100,000 and $250,000, and a completion timeline of 120 days from the notice to proceed. Interested small businesses must submit their proposals and past performance questionnaires by April 22, 2025, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
Albert V. Bryan Courthouse Limited Modernization Project – Construction Pre-Solicitation Notice
Buyer not available
The General Services Administration (GSA) is preparing to solicit bids for the Albert V. Bryan Courthouse Limited Modernization Project, which involves significant repairs and upgrades to the courthouse located in Alexandria, Virginia. The project aims to enhance the building's lighting, HVAC, and Building Automation Systems (BAS), thereby improving operational efficiency and tenant quality of life. This federally owned courthouse, which serves the Eastern District of Virginia, is critical for housing judicial operations and related services. Interested small business contractors should note that the estimated contract value ranges from $15 million to $20 million, with a Request for Proposal expected to be issued within 30 days. For inquiries, potential bidders can contact Connor Eagan or Mark Lewandowski via email.
Z1DA--578-25-003 Renovate Elevators B200 (Construction) at the Hines VA Hospital in Hines, IL
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the renovation of elevators in Building 200 at the Hines VA Hospital in Hines, Illinois, under Project 578-25-003. The project aims to modernize all eight elevators, including necessary lobby renovations, to ensure compliance with current codes and standards while minimizing disruption to hospital operations. This initiative is critical for enhancing the operational efficiency and safety of the facility, which serves as a primary healthcare provider for veterans. The estimated project cost is between $10 million and $20 million, with a completion timeline of 730 days from the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Contracting Officer Kristi Kluck at Kristi.Kluck3@va.gov for further details. The full solicitation is expected to be available on SAM.gov around April 8, 2025.
HANDICARE CEILING LIFT MOTORS - 503
Buyer not available
The Department of Veterans Affairs is notifying interested parties about the cancellation of the solicitation for ceiling lift motors, referenced as 36C24425Q0305. This procurement was intended to acquire specialized equipment essential for supporting the mobility needs of veterans, but no awards will be made due to the cancellation. Such cancellations can arise from various factors, including changes in project requirements or budget constraints. For further inquiries, interested parties may contact Andrea Aultman-Smith, the Contracting Officer, at andrea.aultman-smith@va.gov or by phone at 484-475-5619.