Elevator Inspection Services, Gulf Coast Veterans Health Care System, Engineering Service, 400 Veterans Avenue, Biloxi, MS 39531
ID: 36C25626Q0070Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Building Inspection Services (541350)

PSC

OTHER QC/TEST/INSPECT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H959)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) contractor to provide Elevator Inspection Services for the Gulf Coast Veterans Health Care System located in Biloxi, Mississippi, and Pensacola, Florida. The contractor will be responsible for conducting semi-annual inspections, annual safety tests, and five-year load tests on a total of 41 elevator units, ensuring compliance with ASME A17.1, A17.2, and A17.3 standards, with services required from November 5, 2025, to September 30, 2030, including four one-year options. This procurement is critical for maintaining the safety and operational efficiency of the elevators used by veterans and healthcare staff. Interested contractors must submit their proposals by October 28, 2025, at 1300 Eastern Time, and can direct inquiries to C. Robert Oravetz at christopher.oravetz@va.gov.

    Point(s) of Contact
    C. Robert Oravetz, Department of Veterans Affairs, Network Contracting Office 16, Gulf Coast Veterans Health Care System, 400 Veterans Avenue, Biloxi, MS 39531
    christopher.oravetz@va.gov
    Files
    Title
    Posted
    The VAAR Clause 852.219-75 outlines the certification requirements for offerors regarding limitations on subcontracting for services and construction contracts with the Department of Veterans Affairs (VA). This certification ensures compliance with 38 U.S.C. 8127(k)(2) and must be submitted with the offeror's proposal. For services, contractors cannot pay more than 50% of the government-paid amount to non-VIP-listed SDVOSBs or VOSBs, excluding certain direct costs. General construction has an 85% limit, and special trade contractors have a 75% limit, both excluding material costs. False certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to the VA upon request to demonstrate compliance, as failure to do so may result in remedial action.
    The document outlines various sections and sub-sections, primarily focusing on administrative and technical aspects. Key areas include requirements for proposals, technical specifications, and general terms, with multiple entries related to financial instruments and operational procedures. It details specific requirements for applications, evaluations, and compliance, emphasizing the need for clear communication and adherence to established guidelines. The structure suggests a comprehensive framework for managing projects or grants, with careful attention to documentation and procedural steps. This file serves as a detailed guide, ensuring all necessary components are addressed for government RFPs, federal grants, or state and local RFPs.
    This document, likely a government Request for Proposal (RFP) or grant application, outlines various projects and activities with corresponding identification numbers and page references. The file appears to be a table of contents or a detailed breakdown of work packages, including "61 * " and "61 * " type entries, along with sections on "6 " and "690 ". Many entries refer to "0 A" and "0 A", suggesting a focus on specific tasks or deliverables. The recurring numerical sequences and alphanumeric codes indicate a structured approach to project management and documentation. The document also includes mentions of "19 ! ", "9 " and other similar entries, further emphasizing the granular nature of the outlined work. The document systematically categorizes activities, likely for tracking, budgeting, and compliance within a governmental framework.
    The Department of Veterans Affairs, Gulf Coast Veterans Health Care System, is soliciting bids for Elevator Inspection Services at its Biloxi, MS, and Pensacola, FL, locations. This Request for Quote (RFQ) seeks a Service-Disabled Veteran-Owned Small Business (SDVOSB) contractor to perform semi-annual inspections, annual safety tests, and a five-year load test on passenger, service, and dumbwaiter elevators from November 5, 2025, to September 30, 2030, with four one-year options. The contractor must be QE-1 certified and adhere to ASME A17.1, A17.2, and A17.3 standards. The Scope of Work is non-negotiable, and quotes must align with FAR 52.212-1. Services include detailed inspections, reporting deficiencies, and performing tests with specific load requirements. All work will occur during normal administrative hours, with monthly invoicing after successful service completion. This solicitation, 36C25626Q0070, is set aside for SDVOSBs under NAICS code 541350.
    This amendment to Solicitation 36C25626Q0070 by the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, addresses Elevator Inspection Services. Key changes include extending the response deadline to October 28, 2025, at 1300 Eastern Time, and confirming the closure of the question submission period. The document provides detailed answers to 20 contractor questions, clarifying technical specifications for elevator inspections and tests. These clarifications cover applicable ASME codes (A17.1, A17.2, A17.3, A17.4), specific testing requirements for annual and five-year inspections (e.g., load tests, speed, safety devices), and operational details. The amendment also confirms the total of 41 elevator units, including four passenger traction elevators at the JACC in Pensacola, and specifies that all work is to be performed during normal administrative hours. No site visits are being conducted prior to quote submission. All other terms and conditions of the original solicitation remain unchanged.
    This amendment addresses a contractor's question regarding the job classification for Elevator Inspection Services at the Gulf Coast Veterans Health Care System. The contractor questioned the "Elevator Operator" classification, arguing that the required duties (semi-annual inspections, annual safety tests, five-year load tests, minor part installation, detailed reporting, and mandatory QE-1 certification) necessitate a more technical role like "Elevator Repairer." The government clarified that the listed classification is a suggestion, and contractors must provide personnel capable of performing all required technical tasks. It reiterated that the solicitation does not specifically require an "Elevator Operator" and emphasized mandatory QE-1 certification for all personnel, as outlined in the Scope of Work, to ensure compliance with ASME A17.1, A17.2, and A17.3 standards. The amendment also directed offerors to review wage determination information for pricing guidance.
    The provided document, titled "Solicitation Questions Request Form," is a template designed for submitting questions related to a Statement of Work (SOW). Its purpose is to facilitate clear communication and ensure that all inquiries regarding a government RFP, federal grant, or state/local RFP are formally documented and addressed. The form includes columns for referencing the SOW, posing a question, and recording the corresponding answer, indicating its role in the clarification and response process for government solicitations.
    Similar Opportunities
    J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance and repair services for the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The procurement aims to establish contracts for both preventive maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, with specific service frequencies outlined in the Statement of Work. This service is crucial for ensuring the operational efficiency and safety of the medical facilities, as it includes routine maintenance, emergency callbacks, and compliance with safety codes. Interested contractors must submit their proposals by December 9, 2025, at 17:00 CST, and can direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement involves a firm-fixed-price contract structured as a base year plus four option years, under the North American Industry Classification System (NAICS) code 541350. The services are critical for ensuring the safety and functionality of the elevator systems, which are essential for patient and staff mobility within the facility. Interested vendors must submit a capability statement, including their DUNS number and organizational details, by December 15, 2025, at 2:00 PM CST to Makena James at Makena.James@VA.gov, as this notice is for market research purposes and does not constitute a solicitation.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the presolicitation of Project 679-22-100, which involves elevator upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa VA Medical Center in Alabama. The project requires the contractor to supply all materials, supervision, and labor necessary for the modernization, renovation, and upgrading of various elevators to address identified deficiencies, adhering to all applicable safety regulations and codes. This opportunity is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $5 million and $10 million, and a completion period of 608 calendar days from the notice to proceed. Interested contractors should contact Contracting Officer Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600 for further details, and the solicitation is expected to be posted on or about January 7, 2026.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    J065--Patient Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services for the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to perform semi-annual inspections, annual preventive maintenance, and annual load testing on approximately 500 patient lift systems across multiple facilities, including the Malcom Randall and Lake City VA Medical Centers. This maintenance is crucial for ensuring the safety and reliability of patient handling equipment, which plays a vital role in the care of veterans. Quotes are due by December 9, 2025, at 16:00 EST, and questions must be submitted by November 24, 2025, to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov.
    J059--Elevator Preventive Maintenance and Repair Service Contract Beckley VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator preventive maintenance and repair services at the Beckley Veterans Affairs Medical Center (VAMC) in West Virginia. The procurement includes a fixed-price Blanket Purchase Agreement (BPA) for comprehensive services covering eight passenger elevators, one freight elevator, and one cartlift, with requirements for preventive maintenance, emergency repairs, and adherence to industry safety standards. This contract is crucial for ensuring the continuous operation and safety of elevator systems within the facility, emphasizing the need for qualified on-site mechanics and timely response to service requests. Interested parties must submit their quotes by December 11, 2025, at 9:00 AM EST, and are required to address subcontracting inquiries as outlined in the associated documents. For further information, contact Trever Turcotte at Trever.Turcotte@va.gov or by phone at 304-263-0811.
    6515--Patient Ceiling Lifts
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Patient Ceiling Lifts for the North Florida/South Georgia Veterans Health System, with the solicitation numbered 36C24826Q0151 specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). This procurement aims to enhance patient care and mobility within the healthcare facilities, underscoring the importance of such medical equipment in supporting the needs of veterans. Interested vendors should note that the response deadline for this opportunity is December 12, 2025, at 4:30 PM Eastern Time, and they can contact Contracting Officer Cesar O. Sanchez-Amaro at Cesar.SanchezAmaro@va.gov or by phone at 407-403-2932 for further information.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.