H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
ID: 36C25926Q0080Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS 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 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.

    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 document is an amendment to a previous combined solicitation, 36C25926Q0080, for Third-Party Elevator Inspection services at the Montana VAMC, designated as an SDVOSB Set-Aside. The amendment extends the due date for offers to December 16, 2025, at 1:00 PM MST. It updates FAR 52.212-1 and FAR 52.212-2, providing revised instructions for offerors and evaluation criteria. Submissions must include technical capability, price, and past performance, with specific requirements for NAESA certifications, site-specific safety plans, and PPE. Offers from SDVOSBs must be VetCert verified. The evaluation prioritizes the most advantageous offer to the Government, considering technical capability, price, and past performance, with the right to consider offers exceeding minimum requirements. All inquiries must be submitted via email to Jessica Lottman by December 5, 2025, at 10:00 AM MST.
    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
    Loading similar opportunities...