Preventative Maintenance Elevator Services at Minneapolis VAMC
ID: 36C26325Q0529Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for preventative maintenance elevator services at the Minneapolis VA Medical Center (VAMC). This contract, valued at approximately $22 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and specialized equipment to ensure the safe and efficient operation of various elevators in compliance with industry standards. The procurement emphasizes the importance of safety, operational efficiency, and adherence to federal regulations, with a focus on maintaining high-quality services in healthcare facilities. Interested bidders must submit their offers by May 30, 2025, and can direct inquiries to Theresa (Tess) Thunder at theresa.thunder@va.gov or by phone at 701-239-3700.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage requirements for federal contracts in Minnesota and Wisconsin. Wage rates are dictated by Executive Orders 14026 and 13658, with a minimum of $17.75 per hour for contracts awarded after January 30, 2022, and a lower rate of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The file provides detailed wage rates for various job classifications including administrative, automotive, food services, healthcare, and technical positions, along with associated fringe benefits such as health and welfare contributions, paid sick leave, and vacation allowances. It emphasizes the necessity of compliance with these wage and benefit standards for contractors and outlines the conformance process for unlisted job classifications. This document serves as a critical reference for contractors fulfilling federal service contracts, ensuring fair pay and worker protections mandated by federal law.
    This document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for preventive maintenance elevator services at the Minneapolis VA Medical Center. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and totals approximately $22 million. Contractors will provide necessary labor, materials, and specialized equipment to maintain and repair a range of elevators, adhering to detailed industry standards and regulations. Key responsibilities include regular inspections, lubrications, and necessary repairs, as well as maintaining a clean working environment and complying with safety and environmental regulations. The contract encompasses a base period and multiple optional extensions, which can be exercised by the government. Contractors must comply with various federal requirements and demonstrate proper licensing and experience in elevator maintenance. The extensive requirements outlined in the Statement of Work highlight the importance of safety, operational efficiency, and compliance with legal standards, affirming the government's commitment to providing high-quality services in healthcare facilities.
    The amendment to solicitation 36C26325Q0529 issued by the Department of Veterans Affairs extends the deadline for elevator maintenance service submissions to May 30, 2025, while also modifying the Statement of Work. This procurement seeks a contractor to provide comprehensive elevator maintenance at the Minneapolis VA Health Care System, necessitating skilled labor to perform regular preventive maintenance and repairs. Key obligations include retaining qualified technicians, adhering to safety codes, performing routine inspections, and providing thorough documentation of maintenance activities. The contractor must manage a supply of parts for repairs, follow environmental safety regulations, and ensure compliance with local code requirements. Documentation of all activities, testing, and inspections is required to ensure accountability and performance standards are met. Additionally, a safety program and training for staff must be demonstrated. This solicitation reflects the government's effort to secure reliable services while demanding stringent adherence to quality and safety standards in elevator operations, relevant to ongoing RFP processes at federal and local levels.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office. The primary purpose of this amendment is to extend the deadline for receiving offers until June 4, 2025, at 5:00 PM CDT. Additionally, it alters a clause regarding subcontracting limitations, specifying that contractor compliance is required with new regulations related to service contracts. It establishes the criterion that if awarded a contract, no more than 50% of the value paid by the government can be subcontracted to entities not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The amendment further emphasizes the contractor's obligation to provide documentation verifying adherence to these subcontracting limits and outlines potential penalties for false certifications, including criminal prosecution. In summary, this amendment seeks to formalize critical adjustments to solicitation terms to ensure compliance with federal regulations while extending opportunities for qualified bidders to participate in the procurement process addressing aims related to veteran services.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs (VA) for procurement related to services, specifically extending the offer deadline and providing instructions for submission. The new deadline for offers is set for April 4, 2025, and questions about the solicitation must be submitted by March 24, 2025. The amendment outlines the documents that bidders must submit, dividing them into two main sections: Pricing (Volume I) and Technical (Volume II). Volume I requires a completed Price/Cost Schedule, FAR provision 52.212-3, and a Standard Form 1449, while Volume II necessitates a technical proposal demonstrating the offeror’s qualifications, relevant maintenance program details, safety procedures, and technician credentials. A pre-quote assessment is scheduled for March 24, 2025, at the Minneapolis VA Medical Center, where potential contractors can evaluate the work required. Additionally, all questions must be directed to the contracting officer via email. This amendment emphasizes the government's intent to maintain competitive procurement standards while facilitating clarity for potential contractors. The careful structuring of requirements and adherence to guidelines underscores the VA’s commitment to following federal procurement regulations.
    The document outlines the amendment and modification of a procurement solicitation for elevator maintenance services at the Minneapolis VA Health Care System (MVAHCS). It details responses to vendor inquiries, modifications to the Statement of Work (SOW), and essential contractual obligations for potential bidders. Key points include the requirement for comprehensive maintenance and repair of elevators from various locations and specifications, with an emphasis on preventative approaches, compliance with ASME codes, and thorough testing. The contractor must provide a qualified technician on-site and is responsible for maintaining a supply of essential repair parts while keeping appropriate documentation of maintenance activities. Additionally, the clauses address safety protocols, reporting requirements, and the responsibilities of both the contractor and the MVAHCS in the event of accidents or deficiencies. This amendment demonstrates the VA's efforts to establish clear guidelines and expectations for prospective contractors, ensuring a high standard of elevator service and compliance with federal regulations, ultimately aimed at enhancing the operational efficiency and safety of the MVAHCS facilities.
    The document outlines an amendment for the solicitation and modification of a contract for elevator maintenance services at the Minneapolis VA Health Care System. The primary purpose is to extend the deadlines for offer submissions to April 9, 2025, and to address vendor inquiries regarding contract obligations. Key amendments include clarifications on responsibilities concerning subcontractors, replacement of obsolete parts, damage from safety testing, and service expectations. The Statement of Work details the required services, including preventive maintenance, repairs, testing compliance with safety codes, and the operational performance of various elevators. The contractor must provide qualified personnel, maintain a clean working environment, and comply with environmental and safety regulations. The document emphasizes the importance of documentation, timely responses to inquiries, and maintaining operational efficiency while ensuring safety standards across all elevator operations. This amendment highlights the VA's commitment to ensuring high-quality elevator maintenance services and regulatory compliance in its facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    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.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for third-party elevator inspection services at the Montana VA Medical Centers, specifically Fort Harrison and Miles City. The contract encompasses annual and semi-annual inspections of eleven Government-owned Vertical Transportation Equipment (VTE) elevators, with the initial inspections scheduled to commence within 6-8 weeks post-award, followed by subsequent inspections according to a defined schedule. This procurement is critical for ensuring compliance with safety standards and regulations, as the selected contractor will need to provide NAESA-certified inspectors and coordinate with existing maintenance providers. Interested parties must submit their offers by December 16, 2025, at 1:00 PM MST, and direct any inquiries to Jessica Lottman at Jessica.Lottman@va.gov.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@va.gov.
    Roll-up Door Repair Minneapolis VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for the repair of an overhead roll-up door at the Minneapolis VA Medical Center. The project requires a contractor to provide all necessary tools, equipment, materials, and labor to repair the door, including replacing damaged components and ensuring proper functionality of sensors. This procurement is crucial for maintaining operational efficiency and safety within the facility, and it is set aside exclusively for small businesses under NAICS code 238290, with a size standard of $22 million. Interested contractors should contact Brian Whalen at brian.whalen-crichton@va.gov or call 319-688-3754 for further details, with the contract period running from January 2, 2026, to March 2, 2026.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking vendors capable of providing elevator inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement is structured as a firm-fixed-price contract with a base year and four option years, aimed at ensuring the safety and reliability of the medical center's elevator systems. Interested vendors are invited to submit a capability statement, including their DUNS number and business details, by December 15, 2025, at 2:00 PM Central Time. For further inquiries, vendors can contact Contract Specialist Makena James at Makena.James@va.gov or by phone at (414) 844-4871.
    Y1DA--NRM-CONST 630A4-26-104 Upgrade NFS Elevator S-7
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) construction contractors for the full modernization of Elevator S7 at the Brooklyn VA Medical Center. The project, estimated to cost between $1,000,000 and $5,000,000, involves the demolition of outdated elevator equipment, installation of new non-proprietary controls and machinery, refurbishment of the elevator cab, and upgrades to safety devices to comply with current codes. This modernization is crucial for maintaining operational efficiency in a medical facility environment, ensuring minimal disruption to ongoing services during construction. Interested contractors must submit their qualifications by January 9, 2026, at 3:00 PM EST, and can contact Contract Specialist Torell Camp at torell.camp@va.gov for further information.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.