J036--Elevator Maintenance & Service RVAHCS Base 4
ID: 36C26025Q0057Type: Presolicitation
AwardedJun 2, 2025
$258K$258,000
AwardeeCENTRIC ELEVATOR CORPORATION OF OREGON, INC. Portland OR 97202 USA
Award #:36C26025P0816
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor for comprehensive elevator maintenance and service at the Richmond Veterans Affairs Healthcare System (RVAHCS). The procurement includes full maintenance, repair, and inspection services, which encompass emergency callback services, annual inspections, five-year load testing, and preventive maintenance, all adhering to manufacturer recommendations and relevant safety codes. This contract is crucial for ensuring the safety and reliability of elevator operations used by patients and staff in healthcare facilities. The awarded contract, valued at $48,400, was granted to Centric Elevator Corporation of Oregon, Inc. on May 29, 2025. For further inquiries, interested parties may contact Contract Specialist Meredith F. Valentine at Meredith.Valentine@va.gov.

    Point(s) of Contact
    Meredith ValentineContract Specialist
    (360) 816-2765
    meredith.valentine@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    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, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    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.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    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.
    MATHC Elevator Maintenance
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.