J035--Amendment 0001- 1. Questions and Responses 2. Correct missing date- July 10, 2024 to Section 8-Combine Solicitation. 36C25624Q0991-Elevator Maintenance and Service Repair
ID: 36C25624Q0991Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for elevator maintenance and service repair at the Central Arkansas Veterans Healthcare System, specifically at facilities in Little Rock and North Little Rock, Arkansas. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the reliable operation of elevator systems critical for patient access and facility operations. The contract period is from October 1, 2024, to September 30, 2025, with the possibility of four optional annual renewals, and interested vendors must submit their quotes by July 10, 2024, at 10:00 AM Central Time. For further inquiries, contractors can contact Contracting Officer Anthony Marion at anthony.marion2@va.gov or by phone at 713-794-0825.

    Point(s) of Contact
    Anthony MarionContracting Officer
    (713) 794-0825
    anthony.marion2@va.gov
    Files
    Title
    Posted
    This government document pertains to the federal contract 36C25624Q0991 for facilities elevator services, updating interested vendors on previous contract details. The prior contract (36C25619C0049) is held by DV Solutions LLC, with a total value of $2,218,974.23. The existing contract includes combined services for both facilities. The contractor is responsible for determining the necessary staffing and hours needed to fulfill the scope of work stipulated in the solicitation. The deadline for quotes submission is set for July 10, 2024, at 10:00 AM Central Standard Time. Vendors must be actively registered in SAM and VetCert to ensure eligibility for awarding. The communication highlights the importance of compliance with these registration requirements to participate in the bidding process, specifically targeting Service Disabled Veteran-Owned Small Businesses (SDVOSB). Overall, the document serves to provide clarity and guidance to potential bidders regarding the ongoing procurement needs of the federal government.
    The document is a combined synopsis/solicitation notice for elevator maintenance and service repair issued by the Department of Veterans Affairs, under solicitation number 36C25624Q0991. It aims to procure commercial items in accordance with federal acquisition regulations and is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The contract will cover services at two Central Arkansas Veterans Healthcare System facilities from October 1, 2024, to September 30, 2025, with four optional annual renewals. A mandatory site visit is scheduled for June 25, 2024, where contractors can assess the facilities relevant to the solicitation. Interested vendors must submit their quotes by July 10, 2024, and ensure their registration in SAM and VetCert to qualify for consideration. The document outlines the process for proposal submission, including required provisions and clauses. This solicitation reflects the government’s commitment to supporting veteran-owned businesses while ensuring that essential maintenance services are provided to healthcare facilities for veterans.
    The document is an amendment to the combined solicitation number 36C25624Q0991 concerning elevator maintenance and service repair for the Department of Veterans Affairs. The main purpose of the amendment is to address questions and responses related to the solicitation and to update Section 8 regarding the due date for responses, which is now set for July 10, 2024, at 10:00 AM Central Time. The contracting office for this solicitation is located at 5075 Westheimer Road, Houston, TX, with a point of contact being Contracting Officer Anthony Marion. The services are designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), and the relevant product service code and NAICS code are provided for classification purposes. The place of performance includes locations in Little Rock, Arkansas, with specific addresses listed. It is noted that there are no Recovery Act funds involved in this solicitation. The document stresses the importance of responding by the specified date and clarifies key elements related to question and answer communication pertinent to this solicitation process.
    The U.S. Department of Labor's Wage and Hour Division issued Wage Determination No. 2015-5117, detailing wage requirements under the Service Contract Act for the state of Arkansas, specifically for several counties including Pulaski and Saline. Contractors must adhere to minimum wage rates set forth by Executive Orders 14026 and 13658, with wages adjusted annually. For contracts initiated after January 30, 2022, the minimum wage is $17.20 per hour, while contracts awarded between 2015 and 2022 without renewals or extensions must pay at least $12.90 per hour. Additionally, the determination outlines a comprehensive list of occupations and corresponding wage rates, fringe benefits, and guidelines for paid sick leave as mandated by Executive Order 13706. Contractors are required to provide certain benefits including health and welfare contributions and paid vacation and holidays. The document establishes compliance expectations and conformance processes for unlisted job classifications, ensuring equitable pay for all contract employees. This wage determination fundamentally supports federal contract workers' rights and compliance with evolving labor standards.
    This document is a combined synopsis/solicitation for elevator maintenance and repair services at the Central Arkansas Veterans Healthcare System, focusing on two facilities located in Little Rock and North Little Rock, Arkansas. The solicitation (Number: 36C25624Q0991) is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and adheres to regulations outlined in the Federal Acquisition Regulation (FAR). The contract period spans from October 1, 2024, to September 30, 2025, with potential for four option years. A site visit for interested contractors is scheduled, emphasizing that attendance, while not mandatory, is strongly encouraged as it could impact the quality of their quotes. Contractors must submit their quotes electronically by a specified deadline and verify active registrations in the System for Award Management (SAM) and VetCert, as eligibility will be determined based on these registrations. Key provisions and clauses related to the acquisition are included, establishing the rules and responsibilities for submitting offers. The document outlines specific details regarding service expectations, including various elevator types and associated maintenance agreements. This solicitation reflects the government's commitment to upholding veteran-owned businesses while ensuring compliance with federal procurement processes.
    The document outlines the layout and facilities of the Eugene J. Towbin Healthcare Center, detailing various departments and their locations within Building 170. It lists services available on each floor, including Adult Day Health Care, Community Living Centers, Mental Health Clinics, and specialized medical services like Imaging Services and Outpatient Pharmacies. Additional amenities such as a Coffee Shop, Barber Shop, and Recreation Center are also noted, indicating a comprehensive approach to patient and visitor needs. The purpose of this file is to inform stakeholders and potential contractors about the healthcare center’s offerings as part of various federal and local RFPs or grants. By providing a structured overview of departments and services, it aids in understanding the facility's capacity and range of health services, which can be essential for funding proposals or service provision planning. Overall, the document serves as an informative reference for healthcare administration and development within the context of government health services.
    The document appears to outline the structural layout of Building 170, detailing various floors including the Ground Floor, First Floor, Second Floor, and Third Floor. It seems to specify areas labeled "66" across different floors, which likely denotes specific units or sections within the building. The concise nature of the information suggests it is a preliminary sketch or reference for contractors or entities responding to requests for proposals (RFPs) or grants related to this facility. The structure and designation within the building may be significant for project planning, renovation, or upkeep, typically required in government-related initiatives focused on infrastructure and facility management. The document serves as a foundational reference for stakeholders involved in potential grants or RFP submissions, emphasizing the importance of accurate spatial awareness in project execution.
    The John L. McClellan Memorial Veterans Hospital in Little Rock, Arkansas, provides a comprehensive range of healthcare services for veterans, including medical, surgical, mental health, and rehabilitation care, facilitated by the Central Arkansas Veterans Healthcare System (CAVHS). The facility features a detailed layout for departments and services spread across multiple floors, with contact information for local crisis lines, patient advocates, and various specialized clinics. It offers access to resources such as a Patient Education Resource Center, transportation services, and a Women Veterans Program. The hospital's history connects to Senator John L. McClellan’s advocacy for veterans' health services, leading to its establishment. Additionally, CAVHS operates several community-based outpatient clinics across central Arkansas, further extending its reach and commitment to veterans' health. Overall, the document serves as a visitor guide detailing facilities, services, and contact information, emphasizing the hospital's dedication to providing quality care and support to veterans.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--564-25-1-082-0001 Patient Lifts, Station 564. VHSO Fayetteville AR (VA-24-00051228)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation and replacement of patient lifts at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas, under solicitation number 36C25624Q1378. The project requires contractors to provide all necessary labor, materials, and resources to install advanced ceiling lifts that comply with stringent safety and operational standards, thereby enhancing patient care and facilitating safe patient transfers. This procurement is particularly significant as it aims to improve healthcare delivery within the VA system, ensuring compliance with federal safety regulations and standards. Interested parties must submit their proposals by September 26, 2024, at 16:00 CST, and can direct inquiries to Contract Officer Ricky Weaver at ricky.weaver2@va.gov or by phone at 601-951-3715.
    Y1DA--598-22-151 B170 FG Chilled Water Piping Replacement - POP 12/30/2024-12/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of fiberglass chilled water piping in Building 170 at the Eugene J. Towbin Veterans Affairs Healthcare Center in North Little Rock, Arkansas. This project, valued between $5 million and $10 million, requires contractors to manage all aspects of labor, materials, and oversight while ensuring minimal disruption to ongoing medical operations. The anticipated contract award date is approximately 30 days after proposal submission, with a performance period of 365 days following the Notice to Proceed. Interested offerors must submit their proposals, including past performance details and safety records, to Contract Specialist Julius Jones at Julius.Jones@va.gov by the specified deadlines, and must be registered in the System for Award Management (SAM).
    Z2DA--531-25-103 | Bldg 77 Freight Elevator Controller/Motor Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the modernization of the freight elevator controller and motor in Building 77 at the Boise Veterans Affairs Medical Center. This project aims to upgrade an outdated elevator system, ensuring compliance with current ASME and ANSI standards while enhancing safety and operational efficiency. The selected contractor will be responsible for providing all necessary materials, labor, and supervision to complete the modernization within 180 calendar days, with a maximum of 45 days to operationalize the new systems after the existing elevator is out of service. The estimated project cost ranges from $100,000 to $250,000, and proposals are due by November 4, 2024, at 1:00 PM MDT. Interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards within government facilities, supporting approximately 6,500 personnel. Interested contractors must submit their proposals by 12:00 PM CST on October 16, 2024, and are encouraged to attend a mandatory site visit on October 1, 2024. For further inquiries, contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or call 520-693-0169.
    J045--HVAC Preventative Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide HVAC Preventative Maintenance Services for the Veterans Health Care System of the Ozarks located in Fayetteville, Arkansas. The procurement aims to ensure the operational integrity of various HVAC systems, including chillers, cooling towers, and boilers, through preventive maintenance and emergency repair services over a one-year period. This initiative is critical for maintaining safety, compliance with federal regulations, and minimizing disruption to facility operations, thereby supporting the overall functionality of essential systems in healthcare settings. Interested parties must submit their responses by October 10, 2024, and can direct inquiries to Contract Specialist William Shaver at William.Shaver@va.gov or by phone at 601-206-6953.
    Elevator Maintenance - Fort Moore
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Moore, Georgia, is seeking qualified contractors for elevator maintenance and repair services at Fort Moore and the Martin Army Community Hospital. The procurement requires comprehensive services including daily inspections, monthly maintenance, and emergency response for various elevator systems, with a performance period from December 31, 2024, to December 30, 2029. This contract is crucial for ensuring the operational efficiency and safety of critical infrastructure within defense facilities. Interested small businesses must submit their sealed bids by 2:00 p.m. EST on November 6, 2024, following a pre-bid site visit on October 16, 2024, and can direct inquiries to Michael Taylor at michael.m.taylor2.civ@army.mil or Racheal L. Valdez at racheal.l.valdez.civ@army.mil.
    Solicitation Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing all necessary personnel, equipment, and materials to ensure the safe and continuous operation of various types of VTE, including elevators and lifts, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining operational efficiency at military installations, as they are designated as a Mission Essential Function. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 17, 2024, with a maximum estimated cost for certain tasks set at $15,000. For further inquiries, potential bidders can contact Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    C1DA--AE | 36C25624R0130 | 564-24-901 | Repair FCA Deficiencies in Bldg. 33 and 34
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to address deficiencies in Buildings 33 and 34 at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas. The project requires comprehensive design services, including site investigations, design development, cost estimates, and construction documentation, with a focus on achieving ADA compliance and significant improvements such as insulation removal and HVAC assessments. This initiative underscores the federal commitment to enhancing healthcare facilities for veterans while adhering to quality and regulatory standards, with a construction budget estimated between $250,000 and $500,000. Interested firms must submit their qualifications via the SF330 format by November 1, 2024, and can contact Contract Specialist Victor McNair at victor.mcnair@va.gov for further information.
    37150PR240000057 USCG Sector New Orleans Elevator Maintenace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for elevator maintenance services at Sector New Orleans, Louisiana. The contract will cover a base period from November 1, 2024, to September 30, 2025, and is set aside for small businesses under the SBA guidelines. This maintenance is crucial for ensuring the operational efficiency and safety of the elevators used in federal facilities. Interested contractors must submit their quotes, ensuring compliance with the Service Contract Act wage determinations, and are encouraged to inspect the site prior to bidding. For inquiries, contact Christopher Zales at Christopher.A.Zales@uscg.mil or Amber Brown at AMBER.L.BROWN@USCG.MIL, with the evaluation process based on the lowest price acceptable quote.
    NWW HQ Elevator Maintenance Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking a contractor to provide elevator maintenance services for three elevators located at their District Headquarters in Walla Walla, Washington. The procurement involves routine and non-routine maintenance, inspections, repairs, and compliance with ASME A17 and OSHA standards, ensuring the safe and efficient operation of the elevator systems. This contract is structured as a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) agreement, with specific performance metrics and reporting requirements outlined in the Performance Work Statement. Interested contractors should direct inquiries to Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449, and are encouraged to review the solicitation documents for detailed requirements and deadlines.