H256--Elevator Third-Party Inspection and Testing Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought notice for Elevator Third-Party Inspection and Testing Services at the VA Medical Center Brooklyn and VA St. Albans Community Living Center (CLC). This effort aims to identify qualified contractors for a potential requirement anticipated around March 2026. Responses are due by March 2, 2026, at 3:00 PM ET.
Purpose
This Sources Sought notice is issued by the VISN 2 Contracting Office to gather market information and assess industry capabilities. The VA will use responses to determine the appropriate procurement strategy, including the viability of setting aside the requirement for specific socio-economic categories such as SDVOSB, VOSB, WOSB, HUBZone, 8(a), or other small businesses. This is for market research only and does not constitute a solicitation or guarantee a future contract award.
Scope of Work
The required services include comprehensive third-party elevator inspection and testing. This encompasses performing Five-Year Safety Tests (Category 5) and annual safety tests (Category 1) for elevators and dumbwaiters. The contractor will observe and inspect the Service Company performing five-year load tests and annual safety tests, as well as conduct annual and semiannual safety tests, including governor and safety device tests, Phase-1 Lobby Key Switch, and Phase-2 Service checks. Key responsibilities also involve witnessing and certifying inspections performed by the elevator maintenance company, providing written notification for unscheduled elevator outages, and coordinating inspections at least two weeks in advance.
Key Requirements for Respondents
Interested parties must submit a capability statement detailing their ability to perform the services, examples of similar work, and proof of applicable certifications or training. Submissions should also include company/individual name, SAM UEID, address, point of contact, applicable Federal Supply Schedules, two to three instances of relevant experience (including subcontractors), and a listing of any teaming agreements. Additionally, the VA requests information on the nearest site location, plans for self-performance or subcontracting, and company/technician experience (years, number of similar jobs in the past 5 years, and number of certified/licensed technicians employed).
Performance Standards
All work must be completed by a contractor holding a QEI-1 certification. Services must adhere to ASME Safety Code requirements (ASME A17.1, A17.2, A17), the Elevator Industry Field Employees’ Safety Handbook, National Electrical Code, OSHA, EPA, NFPA, and VA Life Safety Codes. Annual inspections are to be performed in January or within 30 days of award, with semiannual inspections in July or six months thereafter. Detailed reports must be submitted within five working days following inspection, including in-person briefs. The contractor must provide all necessary tools, equipment, and test weights for five-year load tests (excluding water-filled drums) and ensure a Site Safety and Health Officer (SSHO) is present for OSHA compliance.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Structure: 12-month base period with four one-year option periods.
- Response Due: March 2, 2026, at 3:00 PM ET
- Published Date: February 24, 2026
Set-Aside
The government is currently assessing the viability of setting this requirement aside for various socio-economic categories, including SDVOSB, VOSB, WOSB, HUBZone, and 8(a) small businesses. Responses are critical for this determination.
Place of Performance
Services will be performed at the VA Medical Center Brooklyn and VA St. Albans CLC in Brooklyn, New York. The contractor's main office must be located within a two hundred-mile radius for prompt service.
Contact Information
For submissions and inquiries, contact Yasmin Moses, Contract Specialist, at Yasmin.Moses@va.gov.
Additional Notes
- NAICS Code: 541350 (Building Inspection Services) with a size standard of $11.5M.
- Product Service Code: H256 (Equipment And Materials Testing: Construction And Building Materials).