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
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    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)
    Veterans Affairs, Department Of
    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)
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    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.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    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.
    H399--MT Third Party Elevator Inspection - SDVOSB Set Aside - 0002
    Veterans Affairs, Department Of
    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.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Veterans Affairs, Department Of
    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.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Project Number 526-22-115, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals electronically to the Contracting Officer, Akkil Kurian, at Akkil.Kurian@va.gov by January 21, 2026, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.