Amendment 0001 to solicitation 36C25526R0031, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 15, on December 11, 2025, details modifications for Project 657-26-500JC, "Emergency Elevator Sheave & Compensation Repairs, Bldg 1." The purpose of this amendment is to provide copies of the Pre-Proposal Conference agenda and sign-in sheet, revise the Statement of Work (SOW) to Rev 12112025, and update the applicable General Decision Number to MO20250080 11212025. Offerors must acknowledge receipt of this amendment by the specified deadline to avoid rejection of their offers. All other terms and conditions of the original solicitation remain unchanged.
Amendment 002 for Project 657-26-500JC, "Emergency Elevator Sheave & Compensation Repairs, Bldg 1," extends the proposal due date to January 8, 2026, at 2:00 PM CST. This extension is to allow for the preparation of responses to additional questions. The amendment also includes responses to the initial questions 1-11, which are provided in an attached document. The Department of Veterans Affairs, Network Contracting Office (NCO) 15, is administering this solicitation. Offers must acknowledge receipt of this amendment by completing the required items or through separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer.
The Department of Veterans Affairs, NCO 15, is soliciting proposals for emergency elevator sheave and compensation repairs in Building 1 at the John Cochran VA Medical Center in Saint Louis, MO. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside acquisition, with a NAICS code of 238290 and a $22.0 million size standard, seeks a Firm Fixed Price (FFP) contract. The project, valued between $500,000 and $1,000,000, requires contractors to replace critical elevator components within 365 calendar days after the notice to proceed. Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) source selection process, focusing on past performance, technical construction experience of the prime and subcontractors, key staffing qualifications, and the contractor's safety plan. A mandatory site visit is scheduled for December 10, 2025, and proposals are due by December 30, 2025.
The Department of Veterans Affairs is issuing a presolicitation notice for Solicitation 36C25526R0031, seeking a construction contractor for emergency elevator sheave and compensation repairs in Building 1 at the John Cochran VA Medical Center in Saint Louis, MO. The project involves replacing critical elevator components, including counterweight sheaves, cable guards, and compensation chain assemblies in specific elevators. This procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated cost magnitude between $500,000 and $1,000,000. The NAICS code is 238290. The period of performance is 365 calendar days. The solicitation package is expected to be available on or before November 20, 2025, via SAM.gov, with a scheduled site visit around December 10 or 11, 2025. Offerors must be registered in SAM and verified in the SBA registry.
This amendment to Solicitation 36C25526R0031 addresses questions regarding Project 657-26-500JC, "Emergency Elevator Sheave & Compensation Repairs, Building 1." Key clarifications include that the superintendent does not need to be a direct employee of the Prime Contractor but must be approved and have delegated authority, and an approved superintendent or designee must be on-site at all times. The Site Safety Health Officer (SSHO) can be the same individual as the superintendent, or if a different person, periodic visits are acceptable. No individual can hold more than two roles, with specific combinations outlined (e.g., Superintendent may also be SSHO, but not QC or PM). The project is expected to start within 30 days of award. The VA will accept past performance for elevator modernization projects up to $10,000,000.00 that are 100% complete. Advance payments are not permitted; invoicing is only allowed upon delivery and acceptance of materials on-site or verification of storage in a bonded warehouse.
The Department of Veterans Affairs (VA) is seeking a contractor for the Emergency Elevator Sheave & Compensation Repairs in Building 1, St. Louis VAMC. This project involves the removal and installation of new counterweight sheaves and cable guards in six elevators (P1-P4, S5-S6), and the replacement of compensation chain assemblies with Whisperflex compensation rope assemblies in four elevators (P1-P4). The contractor is responsible for site preparation, demolition, furnishing labor and materials, and adhering to strict safety, security, and waste management protocols. Detailed project schedules using the Critical Path Method (CPM) are required, with stringent reporting and update procedures. The contractor must also develop a comprehensive warranty management plan and provide as-built drawings and operation manuals. The Medical Center will remain operational throughout the project, requiring careful coordination to minimize disruptions to services and patient care. All work must comply with VA security management, safety requirements, and federal acquisition regulations.
This contract outlines the Statement of Work for emergency construction services at the John Cochran VA, specifically for Building 1. The project, identified as 657-26-500JC, involves the urgent replacement and upgrade of critical elevator components, including sheaves, compensation chains, and cable guards, across six elevators (P1-P4, S5-S6). The contractor is responsible for furnishing all necessary labor, supervision, materials, products, tools, and equipment to remove existing components and install new ones, ensuring high quality and adherence to VA construction standards such as safety, infection control, and elevator modernization. The project has a performance period of 365 days from the Notice to Proceed date, including punch list items and close-out activities. The contractor must maintain an approved FTP site for project management and coordinate all work with the Contracting Officer's Representative to minimize disruption to hospital operations. A qualified site superintendent must be on-site whenever work is performed.
The document is an attendance roster for a pre-bid meeting concerning Project Number 657-26-500JC, titled "Emergency Elevator Sheave & Compensation Repairs, Building 1, JC." The meeting took place on December 10, 2025, at 2:30 PM, at the Department of Veteran Affairs, St. Louis John Cochran, Bldg 2, Room 141/142. The roster lists attendees from various companies, including VA Contracting, M2 FEDERAL, RECON CONSTRUCTION SPECIALTIES, Allrise Elevator, KONE, Elevated Technologies, Temporary Wall Systems, and MEI Total Elevator Solutions, indicating the diverse interest in this government repair project.
This document, General Decision Number MO20250080, details prevailing wage rates and labor requirements for building construction projects in St. Louis City County, Missouri, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists specific wage rates and fringes for various trades such as Insulators, Bricklayers, Carpenters, Electricians, and Laborers, along with modification dates. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The document concludes with a detailed appeals process for wage determinations, explaining how to address disagreements regarding survey data or existing wage determinations through the Wage and Hour Division and the Administrative Review Board.
The pre-proposal conference for Project 657-26-500JC, "Emergency Elevator Sheave & Compensation Repairs, Bldg 1," outlined contractual and technical requirements for potential bidders. This project, valued between $500,000 and $1,000,000, is 100% set aside for Service-Disabled Veteran Owned Small Businesses, with a 365-day completion target. Proposals are due December 30, 2025, by 2:00 PM CDT via email to Matthew.Finley@va.gov. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, emphasizing strict adherence to proposal submittal instructions, including detailed labor/material breakdowns, Contractor Safety Plans, and Self-Performed/Subcontracted Work calculations. Failure to provide any required information or acknowledge amendments will result in technical rejection. Bidders must include a 20% bid bond and, upon award, 100% payment and performance bonds. The project is subject to the Buy American Act and Davis-Bacon Act, and all state/local taxes must be included in the bid price. Site visit questions are due December 19, 2025.