REPLACE ELEVATOR, BUILDING 355, DAM NECK ANNEX
ID: N4008525R0084Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the replacement of a freight elevator in Building 355 at the Dam Neck Annex in Virginia Beach, Virginia. The project involves the demolition and replacement of the existing elevator, associated equipment, and a hollow metal door, along with necessary electrical, plumbing, and fire protection work. This procurement is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value ranging from $1,000,000 to $5,000,000. Proposals are due by August 26, 2025, at 2:00 PM EDT, and interested contractors must contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Proposal (RFP) outlines the requirements for replacing an elevator in Building 355 at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. The project, identified by Work Order Number 1754466, details general requirements, a statement of work, minimum materials, engineering, construction requirements, and prescriptive specifications. Key aspects include strict adherence to government safety and security regulations, detailed procedures for design and construction submittals, and comprehensive project management. The contractor must ensure compliance with various Unified Facilities Criteria (UFCs) and Unified Facilities Guide Specifications (UFGS), including accessibility and environmental controls. The RFP emphasizes rigorous quality control, post-award meetings, and specific invoicing and payment procedures, with a strong focus on security clearances and controlled access for personnel working on the SOCOM compound.
    The document outlines the Request for Proposal (RFP) for the replacement of the elevator in Building 355 at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. It details the general requirements, statement of work, minimum engineering and construction standards, and prescriptive specifications for the project. Key sections include procedures for project management, safety concerns, accessibility standards, and the contract stipulations regarding pricing and payment procedures. The RFP emphasizes the importance of quality control, contractor supervision, and adherence to security protocols due to the project's location on a military installation. Additionally, it highlights the need for timely communication during various project stages, including post-award meetings. The overarching goal is to ensure efficient project execution while meeting strict compliance standards, reflecting the government's commitment to maintaining safety, quality, and operational efficiency in federal construction projects.
    The amendment modifies Solicitation N40085-25-R-0084 for replacing an elevator in Building 355, Dam Neck Annex, Virginia Beach, Virginia. Issued on July 22, 2025, this amendment's primary purpose is to provide
    Amendment 0002 to Solicitation N40085-25-R-0084, issued by N4008, modifies the Request for Proposal (RFP) for the replacement of the elevator in Building 355, Dam Neck Annex, Virginia Beach, Virginia. The primary purpose of this amendment is to issue the Site Visit Sign-In Sheet and clarify the proposal due date. The deadline for proposal submissions is extended to August 20, 2025, at 2:00 PM EDT. Proposers must acknowledge receipt of this amendment by returning copies, acknowledging it on their offer, or sending a separate letter or telegram referencing the solicitation and amendment numbers. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to Solicitation N40085-25-R-0084, issued by N40085 on August 19, 2025, extends the proposal due date for the "REPLACE ELEVATOR, BUILDING 355, DAM NECK ANNEX, VIRGINIA BEACH, VIRGINIA" project. The original solicitation, dated July 21, 2025, is modified to provide responses to Proposer's Questions and to change the proposal due date from August 20, 2025, at 2:00 PM EDT to August 26, 2025, at 2:00 PM EDT. An attachment, "Master PPI Spreadsheet 355 NAVFAC Response," has been posted on SAM.gov. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    Solicitation N40085-25-R-0084, for the replacement of an elevator in Building 355, Dam Neck Annex, Virginia Beach, Virginia, has been amended. This amendment, designated 0004 and effective August 26, 2025, provides responses to Pre-Proposal Inquiries (PPI). The deadline for proposal receipt remains August 26, 2025, at 2:00 PM EDT. An attachment, "Master PPI Spreadsheet 355 NAVFAC" in Adobe PDF format, containing the PPI responses, has been posted on SAM.gov. Offerors must acknowledge receipt of this amendment to ensure their offer is considered.
    The document is an amendment to solicitation N40085-25-R-0084 for the replacement of an elevator in Building 355 at Dam Neck Annex, Virginia Beach, Virginia. The amendment serves to extend the proposal due date to August 20, 2025, at 2:00 PM EDT, and includes the provision of DODSAFE reference drawings to all contractors via email. Notably, it specifies that all terms and conditions of the original solicitation, as well as any previous amendments, remain unchanged and in full effect, barring the updates outlined in this amendment. The document emphasizes the importance of contractors acknowledging receipt of the amendment prior to the proposal deadline to avoid potential offer rejections. This amendment reflects the government’s structured approach to managing solicitation processes, ensuring that all stakeholders have access to necessary documentation to submit competitive proposals.
    This document outlines the procedures for obtaining access to various facilities, including NAS Oceana (NASO)/Dam Neck Annex (DNA), NASO Flight Line, and the DEVGRU compound on DNA. It details specific requirements for each access type, emphasizing the use of Excel spreadsheets or Word documents for submissions and the rejection of faxes. For NASO/DNA access (excluding DEVGRU), applicants must complete the Blank Sponsor Verification Spreadsheet and email it to the Oceana Base Access email box, allowing three business days for processing before hand-carrying the SECNAV 5512/1 form to the Pass Office. Flight Line vehicle access requires a Contractor Flight Line Vehicle Access Word document, which must be signed by an Oceana NAVFAC trusted agent and clearly justify the vehicle's purpose. DEVGRU access requires a separate Excel spreadsheet, but applicants must already have NASO/DNA access. All processes involve background checks, with varying processing times. Contact information for further inquiries is provided.
    The document outlines procedures for gaining access to NAS Oceana and Dam Neck Annex, detailing the requirements for background checks and specific application forms for various access levels. Access requests for NASO/DNA, excluding the DEVGRU compound, utilize a Sponsor Verification spreadsheet, to be emailed in Excel format to the designated NAVFAC Access email. All required personal information must be filled correctly, and the SECNAV 5512/1 form must be hand-delivered to the pass office after processing. Additionally, vehicle access to the Flight Line requires a specific Word document submitted with justifications for the vehicle's access need. For DEVGRU access, contractors must complete a separate DEVGRU spreadsheet while confirming pre-existing access to CHEM/ DNA. It is critical for contractors to follow these procedures meticulously to facilitate processing times that may vary from a few days to several weeks. For further inquiries, contact information for a liaison is provided. This procedural document is essential for contractors to navigate entry requirements smoothly, aligning with government protocols regarding security and access for ongoing projects.
    The document outlines a form for collecting essential personal and professional information, likely for access control or security clearance within a government or sponsored facility. It requires fields such as start and end dates, full name, facility, company, sponsor details (name, email, command, phone number), and specific access requirements like NASO/DNA, NFML NASO, and Flight Line access. The form appears to be a standardized request for individuals needing access to restricted or controlled environments, typical in federal government operations, RFPs, or grants requiring personnel vetting.
    The document appears to be a standardized form used for recording essential participant and sponsor information related to specific government projects or funding opportunities. It requires the completion of various fields, including personal identifiers (last name, first name, middle name), company and facility affiliations, and contact details such as email addresses and phone numbers. Additionally, it contains sections to specify access hours and indicates whether certain criteria are met, such as participation in NASO/DNA and NFML NASO programs and permissions for flight line access. The structured format suggests its use for tracking individuals involved in federal RFPs or grant processes. The focus is on ensuring all necessary details are systematically gathered for compliance and communication regarding the sponsors involved in these government initiatives. The document underscores the need for comprehensive data collection to facilitate effective management and oversight of government-funded projects.
    The provided government file outlines a standard data collection form, likely for personnel or project tracking within federal, state, or local government contracts or grants. It includes fields for 'Prime Contractor,' 'Project,' 'START DATE,' and 'END DATE,' indicating its use in managing project timelines and participants. The form also requires personal identification details such as 'SSN,' 'LAST NAME,' 'FIRST NAME,' 'MIDDLE NAME,' 'US CITIZEN (Y/N),' 'FACILITY/PROJECT,' and 'COMPANY.' This suggests its purpose is to collect essential information about individuals involved in government-funded projects, ensuring proper identification, citizenship verification, and association with specific facilities or companies. The document's structure is a simple list of data points, designed for straightforward data entry and record-keeping related to project staffing and compliance.
    This document outlines the essential information required for a federal government Request for Proposals (RFP) or grant submission, focusing on a project involving a prime contractor. Key elements include the project's name, scheduled start and end dates, contractor details such as Social Security Number (SSN), and personal information of the individual involved, specifically their last name, first name, and middle name. It also inquires about the contractor's citizenship status (U.S. citizen or not) and identifies the facility or project associated with the initiative. The structure facilitates a systematic approach to prepare submissions, ensuring all necessary information is provided for federal or state funding opportunities. Overall, the document serves as a template for potential contractors, emphasizing completeness and compliance in their proposals to secure government contracts or grants.
    This government file, Solicitation/RFP# N4008525R0084, details the "REPLACE ELEVATOR, B355, DNA" project, outlining requirements and clarifications for contractors. Key aspects include property protection in the Weapons Cleaning Area and Corridor, and specific personnel roles: the Superintendent can serve as SSHO, but the SSHO cannot be the Quality Control Manager, nor can the Quality Control Manager be the Superintendent. Record drawings must be submitted in CAD and PDF format. The existing roof is Siplast, installed in 2010 by Westar Roofing, with an assumed 4" insulation thickness. The project requires a freight elevator (Dover manufacturer) for material movement, with heavy-duty aluminum checkered plate interior panels and steel doors/frames. Contractors must provide line item costs for elevator guide rails and hoist beam. Conduit routing is restricted to the Electrical Room, Weapons Cleaning Room suspended ceiling, Corridor suspended ceiling, and Elevator Machine Room. Panel P1A is in Room 129. Heritage Contracting is the NASO/Dam Neck fire protection maintenance contractor. While no reflected ceiling plans or CAD drawings are currently available, contractors can export DWG files from Revit for final submission.
    This government file addresses various questions and clarifications regarding the "REPLACE ELEVATOR, B355, DNA" project (Solicitation/RFP#: N4008525R0084). Key points include the requirement for the contractor to protect property in the Weapons Cleaning Area and Corridor, the clarification that a Superintendent may also serve as the Site Safety and Health Officer (SSHO) but the Quality Control Manager cannot. Record drawings are required in both CAD and PDF formats. The existing roof manufacturer is Siplast, installed in 2010 by Westar Roofing. The file provides guidance on roof deck thickness (4 1/2 inches, with specifics in structural drawings) and clarifies that the contractor should provide line item costs for elevator guide rails and hoist beam modifications, with the existing elevator manufacturer being Dover. Insulation thickness is assumed to be 4 inches for bidding. Painting is limited to the Elevator Machine Room and where the door swing is reversed. Heritage Contracting is the NASO fire protection maintenance contractor. The proposed conduit route for the new elevator is specific, and panel P1A is in Room 129 – Electrical Room. No reflected ceiling plans are available, and Navy Elevator Inspectors perform inspections. The replacement elevator is confirmed to be a freight elevator for material movement, requiring heavy-duty aluminum checkered plate interior panels and steel doors and frames. While no CAD drawings are currently available, contractors can generate drawings in Revit and export DWG files for final submission.
    The Naval Facilities Engineering Systems Command, Mid-Atlantic, is seeking proposals for the replacement of an elevator in Building 355 at the Dam Neck Annex in Virginia Beach, VA, under Solicitation Number N4008525R0084. This project, with an estimated price range of $1,000,000.00 to $5,000,000.00, falls under NAICS Code 236220 (Commercial and Institutional Building Construction). The work involves demolishing and replacing an existing freight elevator, including associated equipment, a hollow metal door, and supporting electrical, plumbing, and fire protection work. The completion time is 420 calendar days from the task order award. A site visit is scheduled for August 7, 2025, and proposals are due by August 20, 2025, 2:00 PM EDT. Award will be based on the lowest price among responsible offerors, with various terms and conditions from existing IDIQ MACC contracts applying.
    The government document outlines the Request for Proposal (RFP) for replacing an elevator in Building 355 at the Dam Neck Annex in Virginia Beach, VA, under Solicitation No. N4008525R0084. This project is valued between $1 million and $5 million and requires completion within 420 calendar days from the task order award. It is primarily aimed at small businesses under a Multiple Award Construction Contract (MACC) framework, with detailed information on participating contractors. The work involves the demolition and replacement of an elevator, electrical, plumbing, and fire protection work, as well as HVAC system modifications. Key details include the requirement for prospective contractors to submit pre-proposal inquiries by a specified deadline, attend a mandatory site visit, and follow specific submission instructions for proposals. The RFP emphasizes the selection of the lowest price proposal under a fair opportunity basis, with strict bonding and performance requirements outlined. Amendments to the RFP will be published on a designated government site, and contractors must adhere to applicable Federal Acquisition Regulation (FAR) clauses. The document serves as a vital guide for contractors interested in bidding on federal construction contracts, ensuring compliance with government standards and regulations.
    This government file details a Project Information Inquiry (PPI) related to Solicitation/RFP#: N4008525R0084, with the project title "REPLACE ELEVATOR, B355, DNA." The document serves as a structured form for offerors to submit questions and for the government to provide responses regarding the solicitation. It includes fields for the PPI number, offeror details, reference points within the solicitation (such as page, section, paragraph, and drawing number), the question posed, and the corresponding government response. The PPI cut-off date for this solicitation is August 12, 2025. This document is a standard component of federal government Request for Proposal processes, facilitating communication and clarification between prospective contractors and the issuing agency to ensure all parties understand the requirements and scope of the project.
    The document pertains to a federal Request for Proposal (RFP) regarding the replacement of an elevator at Building 355, designated as a DNA facility. The solicitation number for this RFP is N4008525R0084, with a PPI cutoff date set for August 12, 2025. The document is structured to address inquiries from offerors regarding the project, including reference questions and government responses. Although specifics of the submitted questions or the government's answers are not detailed in this excerpt, the overall aim is to facilitate a better understanding of project requirements and expectations among potential contractors. This RFP highlights the commitment to upgrade essential infrastructure and ensure compliance with safety and operational standards in government facilities.
    The document outlines Federal Acquisition Regulation (FAR) Clause 52.204-24, focusing on prohibitions against government agencies procuring or contracting with entities that use certain telecommunications and video surveillance equipment or services. Enacted through the John S. McCain National Defense Authorization Act for Fiscal Year 2019, this regulation aims to prevent the use of
    The document outlines the representation regarding certain telecommunications and video surveillance services and equipment, specifically in relation to proposals for federal contracts. It mandates that offerors declare whether they provide or utilize covered telecommunications equipment or services, as defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The key prohibitions include restrictions on procuring or contracting with entities that use such equipment or services. Offerors must disclose pertinent details about any covered equipment or services if they indicate that they do provide or use them. This includes the identities of manufacturers, descriptions of offered products, and the intended use of such equipment or services. Additionally, potential contractors are advised to check the System for Award Management for excluded entities. This provision is aimed at ensuring the integrity of government contracts by minimizing risks associated with certain telecommunications technologies considered harmful to national security.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting a specified download link. It also provides a link for further assistance with Adobe Reader. The document includes trademark information for Windows, Mac, and Linux. This file, within the context of government RFPs, federal grants, or state and local RFPs, suggests a technical issue preventing the display of an official government document, rather than containing substantive information about a bid, grant, or proposal itself. Its purpose is to guide the user in resolving a display problem to access the actual content.
    The document appears to be an inaccessible PDF regarding federal and state RFPs, grants, and related topics, lacking specific content for analysis. It suggests that the reader upgrade their Adobe Reader for proper viewing but provides no details on the actual grant or RFP information. As such, there is no main topic or key ideas to summarize from this document. Its structure indicates a focus on informing users about file compatibility issues rather than providing substantive government data. The absence of informative content renders a comprehensive summary impossible. Users are encouraged to ensure they have the correct software to view the intended document, which may contain critical information on federal and state funding opportunities.
    The document outlines requirements for proposals, grants, and RFPs, emphasizing clarity, compliance, and detailed submissions. Key sections include general instructions, proposal content, technical requirements, and evaluation criteria. Proposers must adhere to specified formats, provide comprehensive technical details, and ensure all submissions meet federal, state, and local guidelines. The document highlights the importance of detailed plans, adherence to regulations, and the inclusion of all necessary supporting documentation for successful project execution and evaluation. Specific attention is given to project management, technical specifications, and the overall quality of the proposed solutions.
    The provided document appears to be corrupted or heavily encoded, displaying nonsensical characters and invalid formatting, which obscures its content. Consequently, a coherent summary cannot be generated due to the lack of identifiable text or structure. In the context of government RFPs, federal grants, and state/local proposals, findings may typically include project goals, funding information, eligibility requirements, and application procedures. An effective document would outline necessary qualifications, submission processes, and evaluation criteria, aimed at facilitating diverse organizations in securing government funding for various initiatives. However, without decipherable content or a clear structure, this particular file does not allow for an analysis of its main topics or key ideas, thus rendering it ineffective for practical application or review in its current state. The purpose of a government-related document would generally focus on inviting proposals or applications for funding, detailing project scope and expectations. In conclusion, this summary underscores the absence of substantive information from the document, which hinders any attempts to present coherent and relevant details regarding its intended purpose or context within government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Elevator Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    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, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    C1DA--A-E Replace Elevators - Fort Wayne Campus 610A4-26-201
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is seeking qualified architect-engineer firms to provide comprehensive design services for the replacement of three elevators in Building 1 at the VA Northern Indiana Health Care System, located in Fort Wayne, Indiana. The selected firm will be responsible for delivering 100% design services, including schematic design, design development, construction documents, construction administration, technical specifications, and cost estimates, ensuring compliance with current codes and VA requirements. This project is crucial for modernizing the facility's elevator systems, which serve multiple floors and must meet specific operational standards. Interested firms must submit their qualifications via the SF 330 form by December 10, 2025, at 11:00 AM EST, with an estimated construction budget of $800,000. For inquiries, contact Eric Sweatt at eric.sweatt@va.gov.
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.