The awarded contract for elevator maintenance and service at the Richmond Veterans Affairs Healthcare System (RVAHCS) has been granted to Centric Elevator Corporation of Oregon, Inc. The contract, numbered 36C26025P0816, is valued at $48,400 and was awarded on May 29, 2025. The contracting office responsible for this project is located in Vancouver, Washington.
The scope of work encompasses comprehensive maintenance, repair, and inspection services for the elevators, requiring emergency callback services, annual inspections, five-year load testing, and preventive maintenance. Tasks must be performed in accordance with manufacturer recommendations and relevant safety codes, specifically the ANSI/ASME and CSA standards. The contractor is accountable for all necessary actions to ensure efficient operation, including troubleshooting and periodic maintenance.
This contract signifies a federal commitment to maintaining essential infrastructure in healthcare facilities, ensuring safety and reliability for elevator operations used by patients and staff.
The VA Roseburg Health Care System is seeking responses for a Sources Sought announcement regarding Elevator Maintenance and Service, identified by Solicitation Number 36C26025Q0057. This notice serves as a market research tool to gauge interest and capability among Small Business firms, particularly in the NAICS category 811310 for Commercial and Industrial Machinery and Equipment Repair and Maintenance. The estimated project cost ranges from $250,000 to $500,000, with services expected to be performed at the Roseburg VA Medical Center in Oregon. Interested firms are encouraged to provide contact information, business classification, a capabilities statement, and details of past performance related to similar contracts. The submission deadline is November 22, 2024. This notice does not constitute a request for proposals and responses will not result in a contract award. The objective of this announcement is to inform potential stakeholders and shape future acquisition strategies within the Veterans Health Administration while fostering competition in procurement.
The Presolicitation Notice pertains to an upcoming Request for Proposal (RFP) for Elevator Maintenance & Service at the VA Roseburg Health Care facility. The primary objective is to procure comprehensive maintenance, repair, and inspection services for elevators, ensuring their operational integrity and compliance with safety standards. The scope of work includes emergency callbacks, systematic inspections, preventative maintenance, and adhering to established codes, such as the ANSI/ASME standards and NFPA regulations. The contract will be managed by Network Contracting Office 20, with responses required by April 25, 2025. Key contacts for the proposal are provided, emphasizing that calls are not accepted. The notice underscores the importance of maintaining high safety and operational standards for the VA's elevator systems, reflecting the government's commitment to public safety and service quality.
The document outlines the requirements for an elevator maintenance service contract for the Roseburg VA Healthcare System. With an estimated total award amount of $12.5 million, the contract covers a base year and four optional renewal years, emphasizing full maintenance, repair, and inspection of various elevator systems. The contractor is expected to provide comprehensive services, including routine maintenance, emergency response, and adherence to safety codes and manufacturer guidelines.
Key specifications include performance requirements for elevator operations, monthly inspections, contractor personnel qualifications, and systematic documentation of services performed. The contractor must also prepare for inspections and coordinate with government representatives during safety checks. The requirement emphasizes compliance with industry standards, efficient response times to service calls, and provisions for emergency services.
By ensuring compliance with the Health Insurance Portability and Accountability Act (HIPAA) and other regulatory standards, the document highlights the government's commitment to maintaining safety and operational excellence within its facilities. The solicitation serves to secure a contractor capable of delivering high-quality maintenance services while meeting federal guidelines, promoting safety, and ensuring elevator reliability for users.
This document is an amendment to solicitation RFQ 36C26025Q0057 issued by the Network Contracting Office 20, concerning a contract for elevator maintenance at the VA Roseburg Health Care facility. The amendment, dated April 21, 2025, addresses questions from prospective contractors, confirming a scheduled site visit on April 23, 2025. It emphasizes that the solicitation is active, with quotes due by April 25, 2025, at noon PST.
Key clarifications include information regarding a ceiling price of $10,000 for time and materials not included in the basic service agreement. The contractor must assess any repair needs, provide cost estimates, and follow normal commercial practices. All repair work must minimize downtime and adhere to manufacturer specifications.
The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged, underscoring the government's commitment to maintaining compliance and ensuring fair competition in the procurement process. Overall, this amendment serves to clarify the procurement process, ensuring transparency and streamlined communication with potential bidders.
A site visit for Elevator Maintenance Services at the Roseburg VA Medical Center is scheduled for April 23, 2025. The visit aims to familiarize interested contractors with the facility and its equipment without allowing any hands-on interaction or equipment operation. Attendance is recommended but not mandatory; however, there will be no rescheduling or alternative visits offered. Attendees must arrive punctually and will require prior authorization for access to the medical facility, which does not permit public entry. The government advises participants to wear appropriate personal protective equipment, for which it will not provide supplies or assume liability for injuries. Questions related to the site visit can be directed to Wayne Adams, while inquiries about the solicitation itself should be sent to Meredith Valentine. The notice emphasizes thorough preparation as no further information will be provided to those unable to attend.
The Statement of Work outlines the Elevator Maintenance Contract for the Roseburg VA Medical Center, detailing the responsibilities and expectations of the contractor. The contract requires full maintenance, repair, inspection, and emergency services for various elevators located on-site, ensuring compliance with ANSI/ASME codes. The contractor must provide preventative maintenance in accordance with manufacturer recommendations, and monthly inspections are mandated for all passenger and service elevators.
Key requirements include prompt emergency service within two hours, an obligation to report and minimize elevator downtime, and the provision of maintenance reports for the Contracting Officer’s Representative (COR). All necessary lubricants and tools must be provided by the contractor, and any parts replaced due to standard maintenance must cost less than $10,000 to be covered under the monthly maintenance charge.
Maintenance personnel must be factory-trained by the equipment's original manufacturer, and the contractor is responsible for all safety checks and performance testing, ensuring operational standards are met. The document underscores the need for clear communication between the contractor and the VA to address repair needs and maintain compliance with health and safety regulations, reflecting the government's commitment to facility operations and patient safety.
The document outlines Wage Determination No. 1980-0354 from the U.S. Department of Labor, relevant under the Service Contract Act. Effective from January 17, 2024, contractors for federal contracts in Oregon and selected Washington counties must comply with specific minimum wage requirements. Contracts initiated on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, maintain a rate of $12.90 per hour unless higher rates apply.
Contractors are also subject to fringe benefits, including health and welfare ($16.175), vacation pay, and additional compensation for pension and educational funds. The document also references Executive Order 13706, mandates paid sick leave for employees, highlighting conditions under which it must be provided.
Overall, this Wage Determination provides essential guidelines for contractors regarding wage and benefit obligations, ensuring compliance with federal standards to protect labor rights and enhance worker welfare.
The document outlines wage determinations under the Service Contract Act, specifying that contractors must pay covered workers a minimum of $17.20 per hour for contracts effective after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. It details fringe benefits, including health and welfare, vacation, holidays, pension contributions, and sick leave policies, and applies to contractors in specified areas of Oregon and Washington. Additionally, applicable wage rates will be adjusted annually, and further information is available through the Department of Labor's website.