The Department of Veterans Affairs (VA) is initiating a presolicitation for firm-fixed price contracts to provide Elevator Maintenance and Inspection Testing Services at the Grand Junction VA Medical Center in Colorado. The solicitation number is 36C25925Q0314, with a response deadline set for April 24, 2025, at 12:00 PM Mountain Time. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 811310, which pertains to commercial and industrial machinery repair and maintenance, with a size standard of $12.5 million. The solicitation package will be available for download around April 10, 2025, and potential bidders are advised to monitor the Contract Opportunities website at SAM.gov for updates and amendments. The contracting office is located in Greenwood Village, Colorado, and all communications should reference the solicitation number. This notice serves as an advance announcement of the upcoming solicitation, aiming to prepare interested vendors for participation in the bidding process.
The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 19, is preparing to solicit proposals for Elevator Maintenance and Inspection Testing Services at the VA Grand Junction Medical Center in Colorado. This firm-fixed price contract is designated as a 100% Small Business Set-Aside under solicitation number 36C25925Q0314. The applicable North American Industry Classification System (NAICS) code for this procurement is 811310, which relates to commercial and industrial machinery repair and maintenance, with a small business size standard of $12.5 million. The solicitation package is expected to be available for download starting April 24, 2025, with a response deadline set for May 16, 2025. Interested parties must monitor the Contract Opportunities website for updates, including any amendments to the solicitation. Key contact for this project is Contract Specialist John Cheng, who can be reached via email or phone. This pre-solicitation notice serves to inform potential vendors of the upcoming opportunity to engage in servicing the elevator systems at the Grand Junction VA Medical Center, emphasizing the intent to prioritize small businesses in the contracting process.
A site visit is scheduled for May 7, 2025, from 9:00 AM to 12:00 PM at the VA Western Colorado Health Care System in Grand Junction, Colorado. Participants are required to report to the Engineering Office (B8) by 9:00 AM MDT. The point of contact for this visit is Aaron Sifuentes, available by phone or email for further inquiries. This visit is likely in connection with a federal RFP or grant, where potential contractors or stakeholders will engage directly with VA representatives to discuss project specifics or requirements. The structure of the document outlines logistical details regarding the site visit, emphasizing the importance of punctuality and direct communication with the designated point of contact to ensure a productive meeting.
The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, revising wage standards applicable to federal contracts. It establishes minimum pay rates for various occupations in Mesa County, Colorado, detailing two key executive orders: EO 14026, which mandates a minimum wage of $17.75 per hour for contracts effective after January 30, 2022, and EO 13658, which applies a rate of $13.30 per hour for contracts awarded between 2015 and January 29, 2022. The wage determination lists specific hourly wage rates for numerous job titles, along with mandatory fringe benefits such as health and welfare, vacation, and holidays, ensuring compliance with labor standards. Additionally, it describes procedures for classifying new job roles not listed and stipulates the requirements for contractors to provide paid sick leave under EO 13706. The document serves as an essential guide for federal contractors, ensuring fair compensation aligned with federal labor policies.
The document outlines a solicitation for elevator maintenance and inspection services for the VA Western Colorado Health Care System in Grand Junction, CO. It specifies a total award amount of $12.5 million for a firm-fixed-price contract, which includes one base year and four option years. The contractor will provide services such as scheduled preventive maintenance, unscheduled repairs, and inspections according to established safety standards, including ASME and NFPA codes. A site visit is mandatory for bidders, and they are required to submit a detailed bid proposal, including a Maintenance Control Program. Special emphasis is placed on compliance with federal regulations and certification requirements for personnel involved in the maintenance work. The submission deadline for offers is April 24, 2025. The document emphasizes the need for quality service to maintain operational reliability and safety for the veteran community through properly maintained facilities.
The document outlines an amendment to a solicitation for elevator and lift maintenance and repair services at the Western Colorado Health Care System, managed by the Department of Veterans Affairs. The amendment establishes a total small business set-aside due to a lack of SDVOSB participation and extends the submission deadline to May 16, 2025. Key components of the project include preventative maintenance, safety inspections, and alterations of several elevators, ensuring compliance with relevant codes and standards.
Key objectives include maintaining operational reliability, creating a Maintenance Control Program (MCP), and providing emergency response services. The contractor must be a Certified Elevator Technician (CET) and meet strict qualifications, providing documented reports and adhering to safety protocols. The period of performance extends for one base year and four optional years, with specific provisions for inspections, repairs, and necessary documentation.
Ultimately, this project emphasizes the need for qualified small businesses to support the VA's mission of maintaining safe and functional facilities for Veterans while ensuring compliance with federal regulations and quality standards in performance measures.
A site visit is organized at the VA Western Colorado Health Care System (WCHCS) in Grand Junction, Colorado, scheduled for April 16, 2025, from 9:00 am to 12:00 pm. Attendees must arrive at the Engineering Office (B8) by 9:00 am MDT. The point of contact for this visit is Elizabeth Meyer, who can be reached at 970-242-0731 ext. 2052 or via email at elizabeth.meyer3@va.gov. This site visit is likely part of a larger federal initiative, possibly related to RFPs, aimed at engaging potential contractors or stakeholders in discussions about upcoming projects or services within the VA system. The structured nature of the visit indicates a formal process for collaboration or information gathering, aligning with government standards for transparency and engagement in federal operations.
The solicitation has transitioned from a Service-Disabled Veteran Owned Small Businesses (SDVOSB) total set-aside to a 100% Small Business total set-aside due to insufficient SDVOSB participation in a prior site visit. The incumbent contractor is Elevated Technologies, LLC, but details of their previous contract are not relevant as this is a new requirement. The U.S. Department of Veterans Affairs (VA) does not disclose the budget for the requirement, urging vendors to submit competitive offers. There is an emphasis on enforcing the limitations of sub-contracting under relevant regulations to ensure compliance. A mandatory site visit is scheduled for May 7, 2025, to clarify project details related to the alteration of specific elevators, which requires vendors to understand the specifics to provide accurate pricing. This solicitation is characterized by a focus on effective vendor participation, adherence to regulatory guidelines, and clear communication of requirements to foster competitive bidding while ensuring service integrity.
The document outlines the VA Notice of Limitations on Subcontracting mandated for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It specifies that contractors must adhere to subcontracting limitations depending on the type of contract. For service contracts, no more than 50% of the payments can be made to non-SDVOSBs/VOSBs. General construction contracts are limited to 85%, and special trade contractors to 75%, excluding materials from these calculations.
The document highlights the importance of compliance and the potential repercussions for false certification, including civil and criminal penalties. It also emphasizes the need for contractors to provide documentation and cooperate fully with the VA's compliance assessments. To be eligible for contract awards, offerors must complete and submit a certification affirming their understanding and commitment to these limitations.
This clause is designed to ensure that SDVOSBs and VOSBs receive the intended benefits of federal contracts and to promote transparency and accountability in subcontracting practices within government procurements.
This document outlines the vendor questions and answers for a solicitation exclusively available to Service Disabled Veteran Owned Small Businesses (SDVOSBs). Non-SDVOSB vendors will not have their offers evaluated. The incumbent contractor is Elevated Technologies, LLC, but previous contract details are deemed irrelevant for this new requirement. The funding amount remains undisclosed, urging vendors to submit competitive offers. The Contracting Officer (CO) will enforce subcontracting limitations per relevant regulations to ensure adherence to requirements. A mandatory site visit is scheduled for April 16, 2025, at the VA Western Colorado Health Care System, essential for vendors to assess specific elevator alterations and maintenance needs. This visit allows vendors to ask questions specific to the project, facilitating accurate and competitive pricing. Overall, the document serves to clarify vital aspects of the solicitation process, emphasizing compliance, site assessment, and vendor eligibility under federal regulations.