This government solicitation (36C26326Q0150) from the Department of Veterans Affairs, Network Contracting Office 23, is an amendment to update wage determinations for elevator maintenance and repair services. The solicitation, effective November 20, 2025, and due December 4, 2025, at 17:00 CST, seeks contractors to provide these services in accordance with the Statement of Work and Price/Cost Schedule. Key details include the NAICS code 238290 and a size standard of $22 million. The amendment specifically updates the wage determination for Elevator Repairers to $27.89 plus fringe benefits and incorporates relevant FAR clauses, including those related to Service Contract Labor Standards and Minimum Wages. Offerors must acknowledge the amendment and email all required documents to Joey Bloomer, the Contracting Officer.
This government solicitation, Amendment 0002 to 36C26326Q0150, extends the offer due date for elevator maintenance and repair services at the Hot Springs and Fort Meade VA Medical Centers to December 9, 2025, at 17:00 CST. The amendment also adds language regarding repair parts inventory to the Statement of Work. The contract seeks a qualified Elevator Service Contractor for annual maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, across both facilities. Key requirements include specific service frequencies (bi-weekly/monthly), certified technicians, detailed service reporting, adherence to safety standards, semi-annual and annual testing coordination with third parties and fire departments, and maintaining a comprehensive inventory of repair parts for timely service and emergency callbacks.
This document is an amendment to a solicitation for annual elevator maintenance and repair services at the Hot Springs and Fort Meade VA Medical Centers. The purpose is to establish contracts with qualified contractors for preventive maintenance and emergency repairs. The amendment updates the Statement of Work, detailing specific elevators at both locations, their type (cable-traction or hydraulic), and required service frequency (bi-weekly or monthly). Key requirements include contractor certification, provision of technician details, routine maintenance schedules, site sign-in procedures, quarterly summary reviews, adherence to safety codes, and detailed descriptions of maintenance tasks. The contract spans one base year and four option years. It also outlines callback services for emergencies (24/7) and non-emergencies, specifying response times and hourly rates for extended services. Semi-annual and annual testing, including smoke alarm tests with fire departments, are also required. Contractors must maintain an inventory of repair parts to minimize downtime.
This Presolicitation Notice from the Department of Veterans Affairs, Network Contracting Office 23, seeks an Elevator Service Contractor for maintenance and repair services at the Black Hills VA Health Care System in Fort Meade, SD, and Hot Springs, SD. The contract will be for one base year and four option years. The scope of work includes bi-weekly and monthly preventive maintenance for various cable-traction and hydraulic elevators, emergency callback services with specified response times, and participation in semi-annual and annual third-party inspections. Contractors must be registered in SAM, provide proof of mechanic certification, and submit technician resumes. The notice details specific maintenance tasks, required parts, exclusions, and protocols for service visits, reporting, and addressing recurring issues. Certain elevators have 24/7 callback coverage, while others are limited to regular working hours.
This government solicitation, 36C26326Q0150, issued by the Department of Veterans Affairs, seeks proposals for elevator maintenance and repair services at the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The contract includes a base year and four option years, covering bi-weekly and monthly preventive maintenance for various cable-traction and hydraulic elevators, as well as a dumbwaiter. Key requirements include certified service mechanics, a four-hour response time for emergency callbacks, and participation in semi-annual third-party inspections. The contractor must adhere to ANSI A17.1-1978 or the latest adopted edition and ensure all parts are original manufacturer’s design or equal. The document outlines detailed terms for invoicing, payments, insurance, and compliance with federal acquisition regulations and VA-specific clauses.