Z2DA--657A4-24-305, Install Urgent Care Elevator Two
ID: 36C25525R0112Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the installation of an "Urgent Care Elevator Two" at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, under Project Number 657A4-24-305. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves the construction of a 3-stop hydraulic elevator, with a budget estimated between $1,000,000 and $5,000,000, and a performance period of 230 calendar days post-award. The successful contractor will be responsible for adhering to strict safety and regulatory standards while ensuring minimal disruption to ongoing medical operations during construction. Proposals are due by August 11, 2025, following a pre-bid conference scheduled for July 21, 2025. Interested parties may contact Lucia A. Cowsert at lucia.cowsert@va.gov or Matthew Finley at Matthew.Finley@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a presolicitation notice for the installation of a 3-stop hydraulic elevator at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated by solicitation number 36C25525R0112, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in compliance with federal laws. It includes comprehensive tasks such as demolition, renovation, and construction to ensure the elevator is fully functional, with completion in accordance with local, state, and federal regulations. The estimated project cost ranges from $1,000,000 to $5,000,000, with a timeline of 230 calendar days for completion. Proposals will be accepted by August 11, 2025. The contract award will utilize a Best Value Lowest Price Technically Acceptable selection process, with registration in the System of Award Management (SAM) required for eligible bidders. A site visit will be scheduled for interested contractors, though no physical copies of the solicitation will be distributed. This project emphasizes the VA’s commitment to providing quality facilities for veterans while ensuring compliance and promoting veteran-owned businesses.
    The document outlines specific project parameters and requirements for the installation of an Urgent Care Elevator at the John J Pershing VA Medical Center in Poplar Bluff, Missouri, under project number 657A4-24-305. The primary focus is on the construction details, technical specifications, general requirements, and safety protocols necessary for successful completion. The contractor is required to prepare the site, including demolition, while ensuring minimal disruption to ongoing medical operations and adhering to strict safety and infection control measures. Furthermore, detailed project schedules, communication protocols, and responsibilities are defined, emphasizing the importance of coordination with VA staff. Sustainable practices regarding waste management and temporary infrastructure, alongside security measures, are mandated. There is an emphasis on utilizing existing structures efficiently, while also performing upgrades to existing elevators. The project's successful implementation will reflect the commitment to providing improved patient care facilities while ensuring that construction processes comply with regulatory standards.
    The document outlines the construction project for the installation of an "Urgent Care Elevator Two" at the John J. Pershing Veterans Affairs Medical Center in Poplar Bluff, Missouri. The project includes detailed architectural and engineering plans, including demolition, construction phases, and infection control measures in compliance with the Veterans Health Administration (VHA) standards. Key phases involve careful preparation, demolition of existing structures, construction of the new elevator, and subsequent upgrades to the existing elevator. Each phase mandates adherence to Infection Control Risk Assessment (ICRA) standards, ensuring the protection of patients and hospital staff throughout construction. Contractors are responsible for maintaining safety, managing site access, and controlling contamination risks. The document further specifies numerous requirements, including maintaining existing utility systems and preparing specific areas for new installations. Abbreviated terminology is provided to streamline communication across the project stakeholders. The comprehensive guidelines reinforce the project's goal of enhancing patient care accessibility while adhering to health and safety regulations during all construction activities.
    The Department of Veterans Affairs (VA) is initiating the installation of a new hydraulic elevator at the John J. Pershing VA Medical Center in Poplar Bluff, MO, under Project Number 657A4-24-305. This project will establish a 3-stop elevator to enhance urgent care access, including modifications to the existing hoistway, installation of hydraulic equipment, and necessary construction documentation as of February 6, 2025. It adheres to multiple codes, including ASME A17.1, VA Master Specifications, and NFPA fire codes, ensuring compliance with safety and accessibility standards. The design involves minimal interior modifications, focusing primarily on the elevator installation while ensuring operational continuity within the medical facility. The project budget is set between $948,885 and $1,333,190, well within the allocated maximum cost of construction of $2,500,000. A detailed narrative addresses the structural, plumbing, and electrical elements necessary for the elevator's function. No critical issues have been identified that may impede the schedule or budget at this stage, indicating a straightforward path towards the project's completion.
    The document outlines a Request for Proposals (RFP) for the installation of a 3-stop hydraulic elevator at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, identified by Project 657A4-24-305. This Firm Fixed Price contract is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs) and has a construction magnitude between $1,000,000 and $5,000,000. The performance period is mandated at 230 calendar days post-award. Interested contractors must comply with various regulatory and contractual requirements, including the submission of relevant past performance documentation and safety plans. A critical component of the evaluation will be based on the Lowest Price Technically Acceptable (LPTA) standard, considering factors such as technical experience, qualifications, and a safety plan. A site visit is scheduled for July 21, 2025, and proposals are due by August 11, 2025. The document emphasizes the importance of safety, quality management, and adherence to local, state, and federal laws in executing the project within a functioning medical facility.
    The document pertains to a federal solicitation for a construction project titled "Install Urgent Care Elevator Two" under Project Number 657A4-24-305, issued by the Department of Veterans Affairs. The project has an estimated cost range between $1,000,000 and $5,000,000 and is exclusively set aside for Service-Disabled Veteran Owned Small Businesses. The key points include the requirement for a pre-bid conference on July 21, 2025, and procedures for submitting proposals by August 11, 2025. Important contractual issues include requirements for bonding, compliance with the Buy American Act, and adherence to the Davis-Bacon Act for labor rates. Bid proposals must include a breakdown of labor and material costs and comply with safety and technical criteria to be considered for selection. The selection process follows the Best Value, Lowest Price Technically Acceptable (LPTA) approach, meaning that technical acceptability is prioritized over price. Overall, the document serves to amend the initial solicitation, adding details about the conference and clarifying requirements to ensure compliance among potential contractors before proposal submission. The aim is to facilitate the construction of essential healthcare infrastructure in a manner that supports veteran-owned businesses while adhering to federal regulations.
    The document is an amendment to the solicitation for the installation of an urgent care elevator at the Poplar Bluff VA Health Care System. It provides answers to various contractor inquiries regarding project specifications, site logistics, and regulatory compliance. Key topics include material storage, sound mitigation during construction, tax exemptions, applicable standards (ASME A17.1), and maintenance requirements. Contractors will be permitted to store materials using a 20 ft container, with certain noise-producing tasks restricted to after-hours. Tax exemptions are not available; bidders must account for all relevant taxes in their proposals. The specifications reference both 2019 and 2022 ASME standards, with compliance to the latest standards required. Contractors must also adhere to specific bi-weekly maintenance checks during the warranty period. Badging requirements for personnel are clarified, outlining protocols for longer-term vs. temporary access. Working hours are generally set from 6 am to 4:30 pm, with specifics on overtime and federal holiday restrictions. Overall, the amendment maintains all existing terms, emphasizing the need for clear communication regarding operational impacts and compliance with safety and security standards throughout the project.
    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.
    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.
    C1DA--657A4-26-104, Conduct Life Safety Review 0003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) firms to conduct a Life Safety Review at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. The selected architect-engineer firm will be responsible for creating new life safety drawings, identifying deficiencies, and designing necessary corrections in compliance with current VA standards and the 2024 NFPA 101 Life Safety Code. This procurement is critical for ensuring the safety and compliance of healthcare facilities, and firms must submit their SF 330 qualification packages electronically by December 22, 2025, at 2:00 PM Central Time. For further inquiries, interested parties can contact Contract Specialist Lucia Cowsert at Lucia.Cowsert@va.gov or (913) 758-9912.
    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.
    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.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Project Number 526-22-115, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals electronically to the Contracting Officer, Akkil Kurian, at Akkil.Kurian@va.gov by January 21, 2026, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@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.