Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
ID: 36C26126R0008Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    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.

    Point(s) of Contact
    Jose HernandezContracting Officer
    (916) 561-7489
    jose.hernandez1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for Project # 612A4-22-001 to replace five elevators across the Veteran Affairs Northern California Health Care System (VANCHCS) campuses in Martinez and Mare Island. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated cost between $2,000,000 and $5,000,000. Key requirements include a 360-calendar-day performance period per elevator package, with specific stipulations for minimizing elevator downtime, ensuring electrical system upgrades to current codes, and providing a detailed phasing plan. Proposals must be submitted electronically by January 2, 2026, and include technical, price, and administrative volumes. Evaluation factors prioritize specialized experience, technical approach, key personnel, and past performance, which are collectively more important than price. A site visit is scheduled for December 12, 2025, and RFIs are due by December 19, 2025.
    The Department of Veterans Affairs (VA) is seeking proposals to replace elevators at the Veteran Affairs Northern California Health Care System (VANCHCS) campuses in Martinez and Mare Island, California. This presolicitation notice, identified as 36C26126R0008, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with offers from non-SDVOSB concerns not being considered. The project involves providing five new, fully functional elevator systems. The North American Industry Classification System (NAICS) code is 238290, with a size standard of $22 million. The solicitation is expected to be issued around November 22, 2025, with a performance period of approximately 360 days. The estimated magnitude of construction is between $2,000,000 and $5,000,000. All questions must be submitted via email to Jose Hernandez at jose.hernandez1@va.gov.
    The Department of Veterans Affairs (VA) has issued a Sources Sought Notice for market research purposes, seeking information from interested vendors to replace five elevators across the Veteran Affairs Northern California Health Care System (VANCHCS) in Martinez and Mare Island, California. This project, identified as 612A4-22-001, aims to install reliable, safe, and modernized elevator systems with an anticipated magnitude between $2,000,000.00 and $5,000,000.00. The applicable NAICS code is 238290 with a small business size standard of $22M. The VA will use the information gathered to determine a procurement strategy, including potential small business set-asides or full and open competition. Vendors must be registered in SAM and, for Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses, verified by VetCert. Responses, limited to five pages, are due by October 29, 2025, at 12:00 PM PDT, and should include details on experience, bonding capability, teaming arrangements, and similar projects. This notice is not a solicitation or a commitment by the Government.
    The Northern California Healthcare System, under the U.S. Department of Veterans Affairs, is undertaking an "Elevators Study" for its facilities in Mather, Martinez, McClellan Park, and Vallejo, California. This project, managed by the Office of Construction and Facilities Management, involves an architecture and engineering firm, KPA Group Engineers Architects, located in Pleasanton, California. The study aims to assess and plan for the replacement of elevators across these healthcare system locations, as indicated by various floor plans and drawings detailing mechanical rooms, elevator shafts, and surrounding office spaces. The repeated presence of "Elevator Mech" and "Elevator" designations on multiple floor plans, along with references to "REPLACE ELEVATORS STUDY" as the project title, confirms the core purpose of this undertaking. The consistent use of VA Form 08-6231 underscores its official federal government context.
    The document outlines a Divisional Cost Break-Out for replacing elevators B19, B21, and B201. It specifies a comprehensive cost breakdown by various construction divisions, including General Requirements, Existing Conditions, Metals, Thermal Moisture Protection, Finishes, Special Construction, Conveying Equipment, Fire Suppression, HVAC, Electrical, and Electronic Safety and Security. The document also includes sections for
    The document is a Request for Information (RFI) form, part of Solicitation 36C26126R0008, for a project identified as "Replace Elevators throughout VANCHCS (B19, B21 and B201)" (Project Number 612A4-22-001). This form is designed for contractors to submit questions or request clarification regarding the solicitation. It requires details such as the contractor's name, address, phone/email, and specifies the recipient for inquiries as jose.hernandez1@va.gov. The RFI form includes sections for contractors to describe problems or information requested, emphasizing the need for specificity and numbered questions. It also provides fields for the VA Project Manager's response, tracking number, amendment number, and date, indicating a structured process for communication and documentation during the pre-award phase of a federal government contract, likely an RFP (Request for Proposal).
    This document outlines the safety and environmental requirements for contractors to be eligible for government projects, as per VHA Directive 7715. To qualify, contractors must not have more than three serious, one repeat, or one willful OSHA or EPA violation in the past three years, and their Experience Modification Rate (EMR) must be 1.0 or less. Offerors are required to submit a self-certification on company letterhead regarding their safety and environmental record. Additionally, they must provide their current EMR from their insurance carrier on the carrier's letterhead. If an EMR is above 1.0, a written explanation from the insurance carrier detailing the reasons and anticipated reduction date is required. The document also includes a table for contractors to list violations and their EMR for the years 2022-2024.
    The Department of Veterans Affairs (VA) is undertaking Project Number 612A4-22-001, "Replace Elevators Throughout VANCHCS," Phase 2, focusing on the Martinez VA Clinic (Buildings B19, B21) and Mare Island VA Clinic (Building B201). This Request for Proposal (RFP) outlines the replacement and modernization of traction and hydraulic elevators, including demolition and new construction services. The project emphasizes strict adherence to VA master specifications, safety requirements (OSHA, NFPA), infection prevention measures, and security protocols, including ID badges and controlled access. The contractor must coordinate extensively with the VA, maintain utility services, and ensure minimal disruption to medical center operations. Specific requirements include working seven days a week for the B21 elevator, with a maximum 21-day shutdown. The RFP also details disposal procedures, protection of existing structures, and comprehensive testing and instruction for new equipment. The overall goal is to modernize critical infrastructure while ensuring patient and staff safety and operational continuity.
    The VA Notice of Limitations on Subcontracting (January 2023 DEVIATION) outlines compliance requirements for contractors, specifically regarding the percentage of work that can be subcontracted to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, the contractor cannot pay more than 85% of the government-paid amount to non-certified firms, excluding material costs. Contractors must certify their compliance, acknowledging that false certifications carry severe penalties, including criminal prosecution and fines. The VA reserves the right to request documentation to verify compliance at any point, with failure to provide such documents potentially leading to remedial action. This certification is a mandatory part of the offeror's bid, with non-compliant offers deemed ineligible for award. This ensures that contracts awarded under 38 U.S.C. 8127 prioritize certified SDVOSBs/VOSBs.
    This government file, "General Decision Number: CA20250018 09/26/2025," is a wage determination for construction projects (Building, Heavy, Highway, and Dredging) in various California counties. It outlines minimum wage rates and fringe benefits for numerous trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, and Laborers. The document emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts, set at $17.75 and $13.30 per hour respectively for 2025, if higher than the listed rates. It details specific wage rates for different classifications and geographic areas within the listed counties, often dividing them into "Area 1" and "Area 2" or more, with varying rates. The file also includes detailed scope of work descriptions for certain classifications, such as Sound & Communications Installers and various Power Equipment Operators, and outlines premium pay for specific high-hazard locations for Ironworkers. Annual adjustments to Executive Order minimum wage rates are noted, and contractors are required to submit conformance requests for unlisted classifications. This document serves as a critical reference for ensuring fair wages and compliance on government-funded construction projects in the specified California regions.
    Similar Opportunities
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    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.
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    J039--Elevator Maintenance, Inspection, and Repair Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide elevator maintenance, inspection, and repair services at the Mann-Grandstaff VA Medical Center in Spokane, WA. The procurement includes comprehensive services such as preventive maintenance, inspections, testing, and emergency call-back services for government-owned vertical transportation equipment, adhering to relevant codes and manufacturer guidelines. This contract is crucial for ensuring the operational efficiency and safety of the facility's elevators, with a base year and four optional years of service anticipated. Interested firms must respond by December 5, 2025, with required information including contact details, business classification, capabilities statement, and past performance examples, directed to Contract Specialist Quyen Mai at quyen.mai@va.gov.
    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.
    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.
    J059--Elevator Preventive Maintenance and Repair Service Contract Beckley VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the Elevator Preventive Maintenance and Repair Service Contract at the Beckley VAMC in West Virginia. The contract requires comprehensive maintenance and repair services for eight passenger elevators, one freight elevator, and one cartlift, including preventive maintenance, emergency repairs, and adherence to industry safety standards. This service is crucial for ensuring the continuous operation of elevators, which are vital for accessibility and functionality within the facility. Interested parties must submit their quotes by December 10, 2025, at 9:00 AM EST, and can contact Trever Turcotte at Trever.Turcotte@va.gov for further information.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    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 number 526-22-115, involves the 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 via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.