J030--Syracuse VAMC Elevator Maintenance and Repair Base Plus 4 Options
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.
This is a REQUEST FOR INFORMATION only. This Sources Sought Notice is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to the Sources Sought Notice must be in writing.
The purpose of this Sources Sought Notice is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below.
Documentation on technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.
This Sources Sought Notice is for the Department of Veterans Affairs Syracuse VA Medical Center located at 800 Irving Avenue, Syracuse, NY 13210-2716, who have a requirement for Elevator Maintenance and Repair for a base plus four option year firm-fixed-price contract. A site visit may be included in the official solicitation. Work shall commence in calendar year 2026.
The contractor shall provide all personnel, labor, materials, equipment, and supervision necessary to perform elevator maintenance and repair for 21 on-site elevators in accordance with the latest approved edition of the Americal Society of Mechanical Engineers (ASME) A17.1/CSA 844-2019: Safety Code for Elevators and Escalators, as of 2019. This includes the American National Standard Institute (ANSI) Elevator Code and the ANSI Inspector s Manual (AN A17.2), as well as all other applicable code including National Fire Protection Association (NFPA) 70E and Occupational Safety and Health Administration (OSHA) Requirements (OSHA 1917.116, OSHA 1926.552, and OSHA 1910.147).
Equipment to be Serviced:
Table 1: Elevators to be Serviced
#
Manufacturer/ Type/ Elevator ID Number
Location
1
Schindler/ Electric Passenger Elev/ 1680-PA01
Bldg. 1, C wing
2
Schindler/ Electric Passenger Elev/ l680-PA02
Bldg. 1, C wing
3
Schindler/ Electric Passenger Elev /1680-PA03J
Bldg. 1, C wing
4
Schindler/ Electric Passenger Elev/ 1680-PA04
Bldg. 1, C wing
s
Schindler/ Electric Service Elev/ 1680-FR05
Bldg. 1, C wing
6
Schindler/ Electric Service Elev/ 1680-FR06
Bldg. 1, C wing
7
Otis/ Electric Passenger Elev/ 1680-PA07
Bldg. 19 Garage
8
Otis/ Electric Passenger Elev/ 1680-PA08
Bldg. 19 Garage
9
Otis/ Electric Passenger Elev/ l680-PA09
Bldg. 19 Garage
10
Otis/ Electric Passenger Elev/ 1680-PA10
Bldg. 19 Garage
11
Otis I Electric Passenger Elev/ 1680-PA05
Bldg. 1, D wing
12
Dover/ Hydraulic Passenger Elev/ 1680-PA06
Bldg. 2
13
Schindler/ Electric Service Elev/ 1680-SR03
Bldg. 1 S wing
14
Schindler/ Electric Service Elev/ 1680-SR04
Bldg. 1 S wing
15
Global, Tardif/ Hydraulic Elev/ 1680-SR05
Bldg. 1 S wing
16
Schindler/ Electric Passenger Elev/ 1680-PA11
Bldg. 1 S wing
17
Schindler/ Electric Passenger Elev/ 1680-PA12
Bldg. 1 S wing
18
Global-Tardif/ Hydraulic Elev/ 1680-PA13
Bldg. 1 S wing
19
Global-Tardif/ Hydraulic Elev/ 1680-PA14
Bldg. 1 S wing
20
Schindler/ Electric Passenger Elev/ 1680-PA15
Bldg. 1 S wing
21
Schindler/ Electric Passenger Elev/ 1680-PA16
Bldg. 1 S wing
Responses to this notice shall include the following:
Company name, address, point of contact (phone and e-mail), SAM UEI number
Type of business (e.g. SDVOSB, VOSB, HUBZone, 8(a), WOSB, Small Disadvantaged Business, or other Small Business)
Capability Statement addressing the Company's qualifications and ability to perform according to description above
Subcontracting plans (note the limitations on subcontracting at 50% for services, RFO FAR 52.219-14, Limitations on Subcontracting, and/or VAAR 852-219-75/852.219-76)
Contractor shall be registered in SAM.gov. The NAICS Code of 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business size standard of $12.5 Million. SDVOSB/VOSB vendors shall be registered in the SBA Small Business Search Database.
Any offer capable of providing this service shall notify the Contract Specialist no later than January 14, 2026, 3:00 pm EST.
All information is to be submitted via e-mail to: julie.monaganbarnard@va.gov. Phone calls will not be accepted.