Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
ID: 36C24726R0024Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for elevator upgrades in Buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa Veterans Affairs Medical Center (VAMC), under Project Number 679-22-100. The project entails comprehensive upgrades to the elevator systems, with specific requirements for safety protocols, construction phasing, and minimal disruption to ongoing medical operations. This initiative is crucial for maintaining operational efficiency and safety within the medical facility, ensuring compliance with industry standards and VA regulations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contracting Officer Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600 for further details, and must adhere to the submission guidelines outlined in the attached solicitation documents.

    Point(s) of Contact
    Ryan CrispinContracting Officer
    (706) 231-7600
    Ryan.Crispin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for Project 679-22-100,
    The document, Attachment 1 to RFP No. 36C24726R0024, is an Experience Modification Rate Form that offerors must complete and return as part of their response to a government solicitation. Its purpose is to gather critical safety and insurance data from contractors to assess their eligibility based on their Experience Modification Rate (EMR). The form requires companies to provide detailed information from their OSHA 300 Forms for 2023, 2024, and 2025, including man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate. Additionally, offerors must disclose any serious, willful, or repeat OSHA violations within the last three years, with specific disqualification criteria for certain violation types. Copies of OSHA 300 and 300a Forms are mandatory attachments. The form also requests the company's EMR for the past three years. This information, combined with data from government systems like OSHA and EPA online inspection history databases, will be used to ensure the contractor meets the required EMR standards specified in the solicitation, highlighting the government's emphasis on contractor safety records and compliance.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) outlines subcontracting requirements for government contractors, primarily focusing on Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors must certify compliance with specific limits on the percentage of work that can be subcontracted to non-certified firms, varying based on the contract type (services, general construction, or special trade construction). These limits are 50% for services, 85% for general construction, and 75% for special trade construction. The document clarifies that work further subcontracted by similarly situated SDVOSB/VOSB subcontractors counts towards these limits, with exclusions for certain direct costs and materials. It also emphasizes the serious penalties for false certifications or non-compliance, including criminal prosecution and administrative actions. Contractors are required to provide documentation to the VA upon request to demonstrate adherence to these limitations, and failure to provide such documentation may result in remedial action. The certification must be completed, signed, and submitted with the offer, as failure to do so will render the offer ineligible for evaluation and award.
    The document, Solicitation No. 36C24726R0024 Attachment 4, is a Cost/Price Breakdown Worksheet designed for federal government RFPs, federal grants, or state and local RFPs. It outlines a detailed cost structure for various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Thermal and Moisture Protection, Openings (Doors and Windows), Finishes, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, Heating, Ventilating, and Air Conditioning (HVAC), Electrical, and Communications. For each division, the worksheet provides line items for Material, Labor, Equipment, and Other costs, with a calculated Division Total. The document also includes sections for overall project costs such as Sub Total (Material and Labor), Overhead, Profit, and Bonds and Insurance, culminating in a Total Proposal. This attachment serves as a standardized template for bidders to submit a comprehensive and itemized cost proposal, ensuring transparency and detailed financial reporting for government contracts.
    General Decision Number: AL20250098, effective 08/08/2025, outlines prevailing wage rates and labor requirements for Building Construction Projects in Tuscaloosa County, Alabama. This supersedes AL20240098 and excludes single-family homes or apartments up to four stories. The document emphasizes compliance with Executive Orders 14026 and 13658, mandating minimum wages of $17.75 and $13.30 per hour, respectively, for covered contracts. It details wage rates and fringes for various classifications like Asbestos Worker, Boilermaker, Power Equipment Operator, Ironworker, Pipefitter, Sheet Metal Worker, Bricklayer, Carpenter, Electrician, and Laborer. The document also includes information on paid sick leave under Executive Order 13706 and procedures for wage determination appeals. Modifications to this decision are listed with publication dates, the latest being August 8, 2025.
    RFP 36C24726R0024, Attachment 6, outlines the mandatory electronic invoicing procedures for contractors doing business with the Department of Veterans Affairs (VA). All payments will adhere to FAR 52.232-33, FAR 52.232-5, and 852.232-70. Contractors must register with Tungsten Network e-Invoicing, a free service, to submit invoices electronically to the Veterans Affairs Financial Services Center (VAFSC) after COR/CO approval. The VA10091 form has been eliminated, and new vendors must update their information in the Customer Engagement Portal (CEP). Contact information for Tungsten Network and VAFSC is provided for assistance with e-invoice setup and inquiries.
    The Department of Veterans Affairs (VA) is undertaking an elevator upgrade project (VA Project No. 679-22-100) at the Tuscaloosa VAMC, encompassing Buildings 1, 2, 5, 38, 135, and 137. Prepared by Apogee Consulting Group, PA, the project involves general construction, alterations, and elevator replacements, with a base bid and an alternate to exclude work on Building 1. Key requirements include strict safety protocols, a comprehensive security plan for personnel and documents, and careful coordination to minimize disruption to the 24/7 medical center operations. The contractor must adhere to a detailed phasing schedule, protect existing structures and utilities, and ensure proper disposal of materials. The project also mandates a thorough warranty management plan, as-built drawings, and comprehensive testing and instruction for all new mechanical and electrical equipment, including temporary use of existing and new elevators. The project prioritizes safety, operational continuity, and compliance with VA and industry standards.
    The document outlines the "Elevator Upgrades in Buildings 1, 2, 5, 38, 135 & 137" project at the Tuscaloosa VAMC, VA Project Number 679-22-100. This project, dated February 6, 2025, involves comprehensive elevator upgrades across six buildings, with an initial directive to delete all work at Building 1. The plan details existing elevator capacities for each building and includes extensive drawing lists covering general, architectural, mechanical, and electrical aspects, as well as fire alarm information. A significant portion of the document is dedicated to Infection Control Risk Mitigation Recommendations (ICRA) and Interim Life Safety Measures (ILSM). The ICRA matrix classifies the project as Type B (moderate to high dust generation), Risk Group 2 (Medium Risk), and Construction Class II, requiring specific precautions like hard surface barriers, negative air pressure, HEPA filtration, and strict dust control. The ILSM section provides guidelines for temporary barriers, egress signage, contractor access, parking, staging areas, and coordination with VA staff. The project emphasizes maintaining a safe environment during construction, with strict protocols for debris removal, air quality, and post-construction cleaning and inspection by VA infectious disease control.
    The document provides parking instructions, directing visitors to use the Woodland Road entrance and park beyond the first three rows, which are reserved for patients. This file, likely part of a government RFP or grant, outlines specific logistical details for accessing a facility, emphasizing patient-first policies. It ensures clear guidance for visitors while prioritizing essential services, aligning with the structured communication typical in government-related documentation.
    Similar Opportunities
    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.
    Y1AZ--Elevator Modernization Project - 810 Vermont Ave NW
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified construction contractors for the Elevator Modernization Project at 810 Vermont Ave NW, Washington, D.C., specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project involves the comprehensive modernization of 13 traction-type elevators, including 12 passenger elevators and 1 freight elevator, ensuring compliance with all applicable life safety and building codes. This modernization is crucial for maintaining operational efficiency and safety standards within the VA Central Office. Interested firms must be registered in SAM.gov and verified in the SBA VetCert database, with a bid submission deadline of January 6, 2026, and an anticipated contract award date in March or April 2026. The estimated project value ranges between $5 million and $10 million, with a performance period of 550 calendar days following the Notice to Proceed. For inquiries, contact Jason Hardy, Contracting Officer, at jason.hardy@va.gov or 224-610-7307.
    521-23-121 | Renovate SPS Phase 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "Renovate SPS Phase 2" project at the Birmingham VA Medical Center in Alabama. This project involves the renovation of the Sterile Processing Service (SPS) space and the replacement of three existing cart lifts, with an estimated construction cost between $5 million and $10 million. The procurement is exclusively set aside for Veteran-Owned Small Businesses (VOSBs), emphasizing the importance of compliance with safety and security protocols throughout the renovation process. Interested contractors must submit their proposals by the specified deadlines, including a mandatory site visit on January 7, 2026, and Requests for Information (RFIs) due by January 14, 2025. For further inquiries, contact Gregory Snyder at gregory.snyder@va.gov or Joyce Powers at joyce.powers1@va.gov.
    J035--Proj #TBD | Elevator Modernization | Elias/Prather
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors for a nationwide elevator modernization initiative aimed at upgrading elevators and associated equipment at over 100 VA Medical Centers in Fiscal Year 2026. The project involves providing all necessary services, labor, materials, and equipment to ensure fully functional, code-compliant hydraulic and traction elevator systems, adhering to stringent federal and industry standards. This modernization effort is critical for maintaining operational efficiency and safety within VA facilities. Interested parties must register for a Vendor Day and Site Visit scheduled for January 14-15, 2026, in Cleveland, Ohio, and submit capability statements by December 3, 2025, to Leslie Prather at leslie.prather@va.gov. The anticipated solicitation will be released in early to mid-February 2026.
    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) campuses located in Martinez and Mare Island, California. The project entails providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure reliability and safety for patients and staff. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $2,000,000 and $5,000,000, and a performance period of approximately 360 days. Interested contractors must submit their proposals electronically by January 15, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Y1DZ--619-CSI-904 Site Modification for Symbia EVO (VA-26-00017774)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for construction services related to the "Site Modification for Symbia EVO" project (Project No. 619-CSI-904) at the Central Alabama Veterans Health Care System in Montgomery, AL. This project entails significant interior renovations, including the replacement of floors, ceilings, walls, and doors, as well as the installation of new casework, lead-lined walls, and specialized lighting, with an estimated cost between $500,000 and $1,000,000 and a completion period of 250 calendar days. The procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are registered in the SBA certification database and the System for Award Management (SAM). A pre-proposal site visit will be announced, and the Request for Proposal (RFP) is expected to be posted around January 5, 2026. Interested contractors can contact Christopher Harper, Contract Specialist, at Christopher.Harper3@va.gov or (706) 733-0188 ext. 1126 for further information.
    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, involves the replacement of critical elevator components across six elevators and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for ensuring minimal disruption to hospital operations while adhering to strict safety and quality standards, with a performance period of 365 days from the notice to proceed. Proposals are due by January 8, 2026, at 2:00 PM CST, and interested parties should contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further information.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting quotes from Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors for the procurement and installation of Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Healthcare System, Cottage 72 Activation. The project entails replacing existing patient lifts with new, higher-capacity ceiling lifts, which are critical for enhancing patient mobility and safety within the facility. Interested contractors must attend a mandatory site visit on January 7, 2026, and submit their quotes by 9:00 a.m. on January 22, 2026. For further inquiries, contractors can contact Chellry A. Whittier at chellry.whittier@va.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    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.
    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 services such as scheduled preventive maintenance, emergency repairs, and compliance with various industry codes and standards for 26 elevators at the facility. This contract is critical for ensuring the safety and operational efficiency of the healthcare system's elevator infrastructure. Interested vendors must submit their proposals by February 28, 2026, at 12:00 PM CST, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.