H399--MT Third Party Elevator Inspection - SDVOSB Set Aside -
ID: 36C25926Q0080Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    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 Fort Harrison and Miles City VA Medical Centers in Montana. The contract requires the contractor to perform annual and semi-annual inspections of eleven government-owned elevators, with the first inspection scheduled to occur within 6-8 weeks of contract award, followed by subsequent inspections aligned with the base year's schedule. This procurement is critical for ensuring compliance with safety standards and maintaining operational efficiency of the elevators, which are essential for patient and staff mobility within the facilities. Interested parties must submit their offers by December 12, 2025, at 1:00 PM Mountain Time, and can contact Jessica Lottman at Jessica.Lottman@va.gov for further information.

    Point(s) of Contact
    Jessica.Lottman@va.govJessica Lottman
    (303) 712-5754
    Jessica.Lottman@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued an amendment to solicitation 36C25926Q0080 for third-party elevator inspection services, designated as an SDVOSB Set-Aside. The amendment provides crucial clarifications and answers to questions from potential offerors. Key points include scheduling for annual and semi-annual inspections, which are to commence within 6-8 weeks of award for the first annual inspection, followed by a semi-annual inspection 24-28 weeks later. Subsequent inspections will align with the base year's schedule. The amendment also clarifies that on-site inspectors must hold current National Association of Elevator Safety Authority (NAESA) certification. Importantly, the VA explicitly states it is seeking an independent third-party inspector, not a combined inspection and maintenance provider, as a separate maintenance contract is already in place. The inspection contractor will need to coordinate with the existing elevator service and maintenance contractor, who will operate the elevators during inspections under the direction of the third-party inspector. The response date for offers remains December 12, 2025, at 1:00 PM Mountain Time.
    This government solicitation (36C25926Q0080) from the Department of Veterans Affairs seeks proposals for annual elevator inspections and testing of eleven (11) Government-owned Vertical Transportation Equipment (VTE) elevators at the Fort Harrison VA Medical Center and Miles City VA Medical Center. The contract includes a base period of one year with four one-year option periods, spanning from January 1, 2026, to December 31, 2030. The contractor must provide all personnel, equipment, and expertise, including a NAESA-certified inspector, to perform inspections in accordance with ASME A17.1, A17.2, A17.3, NEIT, NFPA 70, 72, 101, and 70E codes. Invoices are to be submitted monthly in arrears via the Tungsten VA e-invoice system. The document also outlines various contract clauses, including those related to payment, disputes, and prohibitions on certain foreign-made telecommunications equipment and services, and the use of the TikTok application on government IT.
    This Combined Synopsis/Solicitation Notice, number 36C25926Q0080, is an RFP from the Department of Veterans Affairs (VA) for Third Party Elevator Inspection services in Montana. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a response date of November 25, 2025, at 1 PM Mountain Time. The contracting office is located in Greenwood Village, CO, and the point of contact is Jessica Lottman. The services are required at the Fort Harrison VA Medical Center and Miles City VA Medical Center in Montana. Additional documents, including Attachment 1 (VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance) and Attachment 2 (QASP - Elevator Inspection Service Contract), are associated with this solicitation.
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with federal regulations. For services (excluding construction), contractors cannot pay more than 50% of the government-provided amount to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts limit payments to non-certified firms at 85%, while special trade construction limits are set at 75%. Materials costs are excluded from these calculations. The certification emphasizes that false or fraudulent information may lead to severe penalties, including criminal prosecution. Contractors must provide documentation to prove compliance, and failure to do so can result in remedial actions. A formal certification must be submitted with the offer, as incomplete submissions will render bids ineligible for award.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring an elevator annual and inspection service contract. Its purpose is to ensure the contractor's adherence to contract terms, regulations, and industry standards. The QASP details roles and responsibilities for the Contracting Officer, COR, and QAE, and establishes key performance standards for timeliness, quality, and documentation. Contractor performance will be evaluated using metrics like service completion rate, deficiency rate, response time, and documentation accuracy. Surveillance methods include direct observation, periodic inspections, documentation review, and customer feedback. Performance will be measured using checklists, evaluation reports, and feedback forms. The COR will provide regular reports to the CO, and deficiencies will result in written notifications and required corrective actions. All QASP-related records will be maintained for the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Buyer not available
    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.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Buyer not available
    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.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    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.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    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 Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Buyer not available
    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.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    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.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Ft. Detrick Elevator Maintenance
    Buyer not available
    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.
    Fire and Smoke Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for fire and smoke detector inspection and certification services at the St. Louis VA Medical Centers. This procurement is a one-time service award specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal acquisition regulations, including restrictions on certain foreign-made equipment and limitations on subcontracting. The services are crucial for ensuring the safety and operational integrity of the medical facilities, which serve veterans in the region. Proposals are due by 1 PM CST on December 12, 2025, and interested parties can contact James Horne Jr. at James.horne@va.gov or by phone at 913-758-9914 for further information.