N059--Replace and Upgrade Elevators Bldg. 15, 47, and 62 (CONST)
ID: 36C24625B0014Type: Presolicitation
AwardedJun 18, 2025
$7.5M$7,488,459
AwardeeVeteran Elevated Solutions, LLC TACOMA 98406
Award #:36C24625C0042
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the replacement and upgrade of elevators in Buildings 15, 47, and 62 at the Charles George VA Medical Center in Asheville, North Carolina. The project involves comprehensive site preparation, removal of existing elevator systems, installation of new equipment, and adherence to stringent safety and operational protocols, including asbestos and lead abatement measures. This initiative is crucial for enhancing the facility's infrastructure to improve service delivery for veterans while ensuring compliance with federal, state, and local regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit sealed bids electronically by May 29, 2025, with a pre-bid site visit scheduled for March 11, 2025. For further inquiries, contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov or Keith Hunter at keith.hunter@va.gov.

    Point(s) of Contact
    Quentin NorvellContract Specialist
    (757) 315-3964
    quentin.norvell@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 6 plans to issue an Invitation for Bid (IFB) for the replacement and upgrade of twelve elevators in Buildings 15, 47, and 62 at the Charles George VA Medical Center in Asheville, NC. The project involves comprehensive site preparation, demolition, and the installation of various hydraulic and traction elevators. A Pre-Bid Site Visit is tentatively scheduled for March 6, 2025, with RSVP requirements for interested contractors. This solicitation is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and highlights the necessity for these firms to register and verify their status on relevant platforms. The estimated construction cost ranges from $5 million to $10 million, and potential bidders must adhere to guidelines concerning registration in the System for Award Management (SAM). The solicitation will be exclusively available online, and bidders are advised that no paper copies will be distributed. This initiative underscores the VA's commitment to improving facility capabilities while promoting opportunities for veteran-owned enterprises within federal contracting.
    The solicitation outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs for construction services at the Charles George VA Medical Center in Asheville, NC. The primary objective is to upgrade and replace elevators across specific buildings, with a project magnitude estimated between $5 million and $10 million. This RFP is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), promoting participation from veteran-owned enterprises. Bidders are required to submit sealed bids electronically by April 28, 2025, with specific guidelines for preparation, including providing performance and payment bonds. A pre-bid site visit is scheduled for March 11, 2025, to facilitate bidder understanding of the project scope. The document contains detailed instructions on bidding procedures, requirements for bid guarantees, and compliance clauses that bidders must acknowledge. It emphasizes that bidders must adhere strictly to solicitation terms and conditions to ensure responsiveness, and highlights the significance of equal employment opportunity and the Buy American Act. The RFP aims to ensure that the project is executed efficiently and in accordance with federal regulations while fostering economic opportunities for veteran-owned businesses and maintaining compliance with federal contracting standards.
    This document serves as an amendment to a solicitation and modification of a contract related to the Department of Veterans Affairs (VA) Network Contracting Office 6. The primary purpose of the amendment is to provide the Attachment VII Contractor Site Visit Attendance Sheet. It outlines instructions for acknowledging receipt of the amendment, emphasizing that offers must be submitted in accordance with the specified deadline. The document also includes sections for various codes, solicitation numbers, dates, and contact information for both the contracting officer and the contractor. All terms and conditions not explicitly changed by this amendment remain in effect, reinforcing that this document modifies the existing agreement while maintaining original stipulations. The contract ID code and details regarding the amendment's purpose indicate the administrative nature of this communication, specifically related to improving clarity for bidders regarding attendance at a site visit.
    The amendment to Solicitation 36C24625B0002, issued by the Department of Veterans Affairs, revises guidelines concerning the Class Deviation from the FAR/VARR, specifically in relation to Executive Orders 13899, 14168, and 14173. It outlines obligations for contractors, including adherence to annual representations and certifications relevant to small business standards and wage determinations, particularly in construction contracts. The amendment stipulates that contractors must comply with labor standards and allows for the modification of classifications based on work not covered by existing wage determinations. Significantly, the amendment removes certain FAR clauses related to affirmative action and equal employment opportunity, aligning with recent executive orders aimed at addressing compliance in various sectors. Contractors are required to disclose violations under these orders and ensure that subcontractors and vendors adhere to the updated terms. This document emphasizes the importance of compliance within public government contracting, particularly in maintaining labor standards and promoting equitable employment practices while also adapting to evolving federal directives. The revisions reflect a commitment to ensuring integrity in the contract process while supporting small businesses and addressing social equity dimensions in contract performance.
    The document is an amendment to a solicitation related to a contract under the Department of Veterans Affairs' Network Contracting Office 6. The primary purpose of this amendment is to extend the deadline for submitting offers to May 21, 2025, at 10:00 AM EDT, and to change the bid opening location from Asheville VAMC to Hampton VAMC, with the new address specified for all mail-in bids. The amendment indicates no other terms or conditions have been altered, maintaining the existing contractual framework. It requires offerors to acknowledge receipt of the amendment and outlines the procedures for submission. The contracting officer, Keith Hunter, oversees this modification, demonstrating the ongoing efforts to manage and adjust federal contracting processes effectively. This document falls under the category of government RFPs and reflects typical procedural adjustments in the procurement landscape.
    The document is a formal amendment issued by the Department of Veterans Affairs to a solicitation for contractors. The primary purpose is to extend the deadline for bid submissions to May 29, 2025, at 10:00 AM EDT. It outlines additional requirements for bidders, including the provision of multiple attachments related to the project, such as Request for Information (RFI) responses, specifications, drawings, a Statement of Work (SOW), and submittal guidelines. The amendment specifies that aside from this extension and the additional attachments, all previous terms and conditions of the solicitation remain unchanged. The document is signed by the contracting officer, indicating its official nature as part of the procurement process. This amendment serves to keep interested parties informed and engaged in the federal contracting opportunity while ensuring compliance with regulatory requirements for publicly funded projects.
    This request for proposal (RFP) outlines the project for replacing and upgrading elevators in Buildings 15, 47, and 62 at the Charles George Veterans Affairs Medical Center in Asheville, North Carolina. The project includes the complete preparation of the construction site, removal of existing elevator systems, installation of new equipment, and compliance with safety, security, and operational requirements. The contractor is required to coordinate with the VA’s operating schedules to minimize disruption. The document specifies detailed construction requirements across multiple divisions, addressing demolition, mechanical, electrical, plumbing, and fire safety systems. It emphasizes the need for temporary facilities and utility services during construction, including constraints on vehicle access and materials storage. Additionally, it highlights critical aspects such as site security, environmental hazards, testing protocols, and warranty management. Overall, this RFP illustrates the VA’s commitment to upgrading facility infrastructure to enhance service delivery, ensuring that contractors meet stringent guidelines throughout the process while maintaining a safe environment for staff and patients.
    The government document pertains to Addendum 01 of Project Number 637-23-101 for the replacement and upgrade of elevators in buildings 15, 47, and 62 at the Charles George VAMC in Asheville, NC. It outlines modifications and clarifications to specifications, particularly within the General and Electrical sections, and emphasizes safety requirements, construction security, and operational protocols during the project. Key provisions include contractor responsibilities for site preparation, material handling, and minimizing disruptions to medical center operations. Additional guidelines are set for utility service management, testing procedures, and temporary facilities. The document stresses the importance of compliance with VA regulations, maintenance of existing systems, coordination with medical center staff, and the protection of sensitive information and areas frequented by patients. Overall, the addendum provides thorough directives essential for ensuring a smooth execution of the renovation while maintaining safety and operational integrity.
    The document outlines the construction project for replacing and upgrading elevators in three buildings at the Asheville VA Medical Center in North Carolina. It is part of the Veterans Health Administration's modernization effort, designated under project number 637-23-101. The project encompasses detailed construction documents concerning architectural, mechanical, electrical, plumbing, and fire protection systems, ensuring compliance with various federal, local, and VA-specific codes and standards. Key elements include the requirement for infection control risk assessment (ICRA) protocols that must be addressed during construction activities, specifying levels of contamination control to ensure safety in proximities to patient and sensitive areas. The documentation highlights the need for precise coordination among multiple engineering disciplines and compliance with statutory guidelines for safety, such as fire protection and environmental hazard management. The overarching goal is to enhance the facility’s capability while ensuring patient safety and operational integrity during the construction process. The project's meticulously structured approach demonstrates the VA's commitment to modernizing healthcare infrastructure in alignment with contemporary safety and accessibility standards.
    Addendum 02 for Project 637-23-101 at the Charles George VA Medical Center in Asheville, NC, outlines essential modifications related to replacing elevators in Buildings 15, 47, and 62. Dated May 7, 2025, this amendment specifically updates the asbestos abatement requirements, which involve the safe removal of asbestos-containing materials (ACM) and adjustments to the discharge piping from sump pumps. Key additions include new specifications for the abatement process, updating construction drawings to reflect current hazardous conditions, and ensuring all work complies with applicable federal, state, and local regulations regarding asbestos handling. The document emphasizes the necessity of a regulated area for asbestos abatement, detailing the parameters for air quality monitoring and procedures to manage any potential hazards effectively. It outlines the responsibilities of contractors regarding training, health monitoring, and compliance with occupational safety standards. The addendum serves as a comprehensive guide to ensure both safety and adherence to legal obligations throughout the elevator replacement project.
    The document outlines a detailed cost breakdown for a construction project through a Base Bid and Bid Alternate approach, representing a standard framework in federal and state/local RFPs (Request for Proposals). It includes sections for labor and material costs across various project divisions, such as Concrete, Masonry, and HVAC, among others. Each division captures specific expenses, though the costs are currently placeholders for actual figures. The total base offer cost reflects a summation of all divisions, factoring in overhead, profit, and bond percentages, which, in this instance, are all recorded at 0.00%. This structured breakdown not only aids proposers in clearly presenting their financials but also facilitates government agencies in evaluating bids for construction work rigorously. The precise organization aligns with federal contracting regulations, ensuring transparency and accountability in public project funding.
    The project involves the replacement and upgrade of elevators in Buildings 15, 47, and 62, with a focus on addressing existing equipment connections, asbestos and lead abatement, and specific contractor responsibilities. Key points include confirmation that the existing Building Automation System (BAS) can integrate with new equipment, with connections available in Building 47's machine room. Contractors are required to bear the costs associated with identified asbestos and lead abatement, and no preferred contractors will be provided. The project mandates that the prime contractor employ full-time supervisory personnel, including a Superintendent and Site Safety Health Officer (SSHO). Clarifications also address cab and platform specifications, safety controls, and operational requirements for the elevator systems during construction phases, including noise control and after-hours work limits. The approach emphasizes meticulous adherence to design intent while ensuring access to facilities and compliance with regulatory standards. This project underscores the agency's commitment to enhancing operational efficiency and safety in its elevator systems while managing environmental hazards effectively.
    The project titled "Replace and Upgrade Elevators BLDGs 15, 47, and 62" at the Asheville VA Medical Center outlines the scope of work for replacing and upgrading twelve elevators across three buildings. The contractor is responsible for preparing the site, including demolishing existing structures, and must adhere to construction drawings and specifications to complete the work. Access to the site will require security badges, with all personnel required to comply with security protocols. Work hours are set from Monday to Friday, 7:30 a.m. to 4:30 p.m., with off-hours work needing prior approval. Contractors must also adhere to health requirements, including daily COVID-19 screenings, annual flu vaccinations, and tuberculosis screenings for all personnel on-site. The document emphasizes a nicotine-free campus policy and mandates compliance with federal regulations regarding records management and data security. The project reflects the VA's commitment to maintaining facility standards and ensuring safety for veterans and facility staff. Overall, the document serves as a comprehensive guide for contractors, outlining responsibilities, compliance requirements, and work protocols essential for successful implementation.
    The federal project aims to replace and upgrade elevators in Buildings 15, 47, and 62 at the Charles George Veterans Affairs Medical Center in Asheville, NC. The document details the requirements for submitting various design and construction materials, including preconstruction submittals, shop drawings, product data, safety and quality control documentation, and operational guidelines throughout the project lifecycle. Specific sections outline protocols for demolition, asbestos abatement, plumbing, HVAC systems, electrical installations, and fire safety measures, each necessitating compliance with federal standards and quality assurance. Additionally, a comprehensive commissioning plan for quality control is outlined, ensuring operational readiness post-installation. This initiative reflects the government's commitment to enhancing infrastructure for better service delivery in medical settings, underlining regulatory compliance and safety as essential components throughout the execution of the project.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    R425--Construction Program Management and Related Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Construction Program Management and Related Services (CPMRS) to support its construction programs in Asheville, North Carolina. The procurement requires a range of professional roles, including Project Managers, Engineers, and Quality Assurance Representatives, to assist with tasks such as pre-design, design, procurement, and construction management. This contract is crucial for ensuring effective oversight and execution of construction projects, with an estimated value of $25.5 million and a contract period starting from February 1, 2026, through January 31, 2027, with four optional renewal years. Interested parties should contact Contract Specialist Harold McQuillia at harold.mcquillia@va.gov for further details.
    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.
    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.
    Replace Hydraulic Passenger Elevator (DLA), MCAS Cherry Point, NC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors for the replacement of a hydraulic passenger elevator at the DLA Distribution Building B159, located at Marine Corps Air Station Cherry Point, North Carolina. The project involves the complete replacement of the elevator along with any incidental related work, with an estimated project magnitude between $1,000,000 and $5,000,000. This procurement is a total small business set-aside, meaning only offers from small business concerns will be accepted, and a bid bond of 20 percent of the bid price or $3,000,000, whichever is less, is required. Interested parties can find further details and the solicitation on SAM.gov when available, and they may contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for additional information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.