NYH Elevator Maintenance and Repair
ID: 36C24225Q0105_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SUBSISTENCE (J089)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for elevator maintenance and repair services at the NY Harbor Veterans Affairs Medical Center, with a focus on ensuring safe and reliable vertical transportation for veterans' healthcare facilities. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes a base year with four optional renewal years, potentially totaling $47 million, and requires the contractor to perform regular maintenance, safety inspections, and emergency services for elevators across three healthcare campuses in New York City. This procurement underscores the importance of maintaining operational uptime and compliance with federal safety standards, with contractors expected to provide licensed personnel and maintain thorough documentation of all services rendered. Interested parties can contact Lisa Harris at lisa.harris4@va.gov or Charles Collins at Charles.Collins@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the General Decision Number NY20250003, which establishes prevailing wage rates for construction projects in specific New York counties (Bronx, Kings, New York, Queens, and Richmond) for the year 2025. It specifies construction types, including building, residential, heavy, and highway projects, and provides wage rates applicable to various labor classifications as mandated by the Davis-Bacon Act and relevant Executive Orders. Key points include minimum wage rates of $17.75 or $13.30, depending on the contract dates, and detailed listings of wages for numerous trades, such as electricians, carpenters, laborers, and plumbers, along with corresponding fringe benefits. The document emphasizes the legal obligation for contractors to adhere to these standards, ensuring fair compensation for workers on federally funded projects. Additionally, it outlines the process for wage determination appeals, indicating the channels for conducting such requests with the U.S. Department of Labor. This document serves as a critical regulatory framework for ensuring compliance with wage standards in government contracts, reflecting federal efforts to safeguard labor rights and fair pay in construction.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring the contractor's performance in providing elevator inspections, testing, maintenance, and repair for the NY Harbor Veterans Affairs Medical Center. Its primary purpose is to establish systematic methods for evaluating service levels as defined in the performance work statement (PWS). The document details roles, including the Contracting Officer (CO) and Contracting Officer’s Representative (COR), and emphasizes a performance management approach focused on outcomes rather than compliance. Key methodologies for performance monitoring include random monitoring, periodic inspections, and customer feedback, with performance standards specified in the PWS and attachment. The QASP also includes procedures for documentation, reporting, and corrective actions if the contractor fails to meet quality levels. Acceptable Quality Levels (AQLs) indicate the performance required for contract payment and incentivize optimal performance. Additionally, the plan outlines a feedback loop for continuous improvement, requiring that performance assessments be communicated regularly, culminating in quarterly reports summarizing contractor performance. Unacceptable performance triggers a Contract Discrepancy Report (CDR), necessitating a corrective action plan from the contractor. This QASP exemplifies the government's commitment to ensuring quality service delivery through structured oversight and clear performance metrics.
    The document pertains to a Request for Proposal (RFP) by the Department of Veterans Affairs for elevator maintenance and repair services across three healthcare campuses in New York City. This firm-fixed price requirement includes a base contract of one year with four optional renewal years, potentially worth $47 million. Key deliverables involve regular maintenance, safety inspections, and emergency services for Vertical Transportation Equipment (VTE), specifically elevators, ensuring compliance with various federal codes and safety standards. The contractor must provide licensed, qualified personnel, including a resident mechanic at each site, and is required to maintain communication with the Contracting Officer's Representative (COR) at all times. Specific maintenance procedures, along with a detailed performance work statement, outline various inspections, repairs, and safety measures that must be adhered to, reinforcing the requirement for high operational uptime and responsiveness to repairs. Additionally, the contractor is obligated to manage all records of inspections and repairs meticulously, ensuring compliance with governmental regulations, including documentation of inspections and timely communication of any deficiencies. The RFP underlines the commitment of the Department of Veterans Affairs to ensure safe and reliable elevator services for veterans' healthcare facilities.
    The document outlines wage determinations under the Service Contract Act, specifically for federal contractors in New York, indicating minimum wage requirements based on the applicable Executive Orders. Contracts initiated or renewed after January 30, 2022, necessitate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour unless a higher wage is specified. It details specific occupations along with their corresponding wage rates and fringe benefits, including health and welfare, vacation, and holiday pay. Certain job classifications, like computer programmers and air traffic controllers, have unique compliance guidelines. The document emphasizes compliance with paid sick leave provisions established by Executive Order 13706 for applicable contracts awarded after January 1, 2017. The conformance process for unlisted job classifications is also described, requiring contractors to seek proper classification and wage determination. This document serves to ensure that contractors adhere to fair wage practices and provide necessary benefits to employees working on federal contracts, forming an essential part of federal RFPs and grant management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NYH Elevator Maintenance and Repair
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the NYH Elevator Maintenance and Repair services, specifically for the New York Harbor Healthcare System, which includes the Manhattan, Brooklyn, and St. Albans campuses. The procurement aims to ensure safe and reliable elevator services through comprehensive maintenance, inspection, and repair, with a focus on performance standards as outlined in the Quality Assurance Surveillance Plan (QASP). This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under solicitation number 36C24225Q0105, with a response deadline of March 24, 2025, at 3 PM ET. Interested parties should contact Charles Collins at Charles.Collins@va.gov for further information regarding the solicitation.
    J040--Elevator Maintenance Services for the Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for Elevator Maintenance Services at the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be structured as a firm-fixed price contract, emphasizing the importance of reliable maintenance services for the facility's operational efficiency. The solicitation package is expected to be available for download around April 1, 2025, with a response deadline of March 19, 2025, at 4 PM Eastern Time. Interested contractors can reach out to Contracting Supervisor Paul Zorch at paul.zorch@va.gov or by phone at 303-712-5821 for further information.
    J039--Elevator Maintenance and Inspection Testing Services for the VA Grand Junction CO
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide elevator maintenance and inspection testing services for the VA Grand Junction Medical Center in Colorado. The objective of this procurement is to ensure the operational reliability and safety of the elevator systems, adhering to industry standards such as ASME and NFPA, while providing necessary personnel, tools, and materials for maintenance and urgent repairs. This opportunity is critical for maintaining safe and reliable elevator systems within veteran healthcare facilities, with a contract duration of one base year and four optional renewal years, starting in May 2025. Interested parties must respond to the Sources Sought Notice by March 17, 2025, and direct their inquiries to Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
    N059--Replace and Upgrade Elevators Bldg. 15, 47, and 62 (CONST)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and upgrade of elevators in Buildings 15, 47, and 62 at the Charles George Veterans Affairs Medical Center in Asheville, North Carolina. The project aims to enhance the facility's infrastructure, ensuring compliance with safety, security, and operational requirements while minimizing disruptions to medical center operations. This initiative is particularly significant as it supports the modernization of healthcare infrastructure, which is vital for improving service delivery to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit sealed bids electronically by April 28, 2025, with a pre-bid site visit scheduled for March 11, 2025. For further inquiries, bidders can contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov or Keith Hunter at keith.hunter@va.gov.
    C1DA--AE-NRM-663-23-100 Refurbish Bldg 100 Elevators S5-S8 - Seattle Tier 4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to refurbish elevators S5-S8 in Building 100 at the Seattle VA Medical Center. This project aims to enhance safety, reliability, and energy efficiency through comprehensive upgrades, including modernizing control systems and ensuring compliance with ASME A17.1-2022 codes. The estimated construction budget for this initiative is between $5 million and $10 million, with a targeted construction start in the third quarter of FY2027. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications and past performance questionnaires by March 14, 2025, and can contact Contract Specialist Robert Capers at robert.capers2@va.gov for further information.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    J065--Patient Lift Maintenance Services SDVOSB Set Aside Intent Notice
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking to procure Patient Lift Maintenance Services at the Richmond VA Medical Center, with a focus on contracting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary materials, labor, tools, and technical expertise to ensure the maintenance of patient lifts, which includes annual inspections, preventive maintenance, battery replacements, load testing, and detailed reporting. This service is crucial for maintaining the operational integrity and safety of medical equipment used in patient care. The contract is set to be a Firm Fixed Price agreement, with a base period from April 1, 2025, to March 31, 2026, and options for four additional years. Interested contractors must monitor the SAM.gov website for the Request for Quote (RFQ) expected to be issued around March 28, 2025, and are required to be registered in the SAM database and verified by the SBA's Veteran Small Business Certification. For further inquiries, potential offerors can contact Contracting Officer Warren A. Pennil at warren.pennil@va.gov or by phone at 757-722-9961 Ext 18635.
    J065--Sources Sought Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance services for Hillrom Beds and Golvo Lifts at the Phoenix VA Health Care System. The procurement aims to establish a contract for corrective and preventive maintenance, with a base year and options extending up to five years, totaling an estimated value of $34 million. This maintenance is crucial for ensuring the reliability and functionality of medical equipment used in veteran healthcare facilities. Interested vendors, particularly small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov for further details and to ensure compliance with the necessary vendor registration and documentation requirements.
    Z1DA--Replace Roofs and Repair Facades Phase 1 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of roofs and repair of facades at the Northport VA Medical Center located in Northport, New York. This project, identified as Solicitation No. 36C24225B0015, requires contractors to provide all necessary labor, materials, and equipment while adhering to applicable safety and healthcare standards, with an estimated budget between $5,000,000 and $10,000,000. The initiative is particularly significant as it aims to enhance facilities for veterans, ensuring compliance with federal guidelines and improving the infrastructure of the medical center. Interested bidders must be registered on SAM.gov, comply with the submission of the annual Vets-100 Report, and direct all inquiries to Contract Specialist Yingjie Yeung at yingjie.yeung@va.gov or by phone at 347-949-1662, with the contract expected to be completed within 400 calendar days from the Notice to Proceed.
    36C24225B0017 NextGen WiFi Upgrades Manhattan, St. Albans
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "NextGen WiFi Upgrades" project at the Manhattan and St. Albans VA Medical Centers, specifically targeting Service Disabled Veteran-Owned Small Businesses (SDVOSBs). This federal contract, valued between $100,000 and $250,000, aims to enhance the technological infrastructure of the facilities, ensuring improved connectivity and service delivery for veterans. Contractors will be required to comply with various federal regulations, including safety standards, wage determinations, and limitations on subcontracting, with a performance period of 70 days post-award. Interested parties must submit their proposals by March 27, 2025, and can contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further inquiries.