J035--Elevator Upgrade - North Chicago, IL NRM Project 556-24-115
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), specifically the Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC), is conducting market research via a Sources Sought Notice for an Elevator Upgrade project at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL. This project, identified as NRM Project 556-24-115, aims to identify qualified sources for a competitive, firm-fixed-price contract. Responses are due by January 30, 2026, at 2:00 PM ET.
Scope of Work
The project involves upgrading elevators P4, P5, S6 in building 131, P21 in building 66, P22 in building 7, P23 in building 4, P25 & P26 in building 195, and cart lifts in OR/Sterile Processing in building 133/133CA at the Captain James A. Lovell FHCC. The primary goal is to ensure compliant and safe conditions for the maintenance of electrical systems. The selected contractor will provide all necessary construction-related services, including labor, materials, and equipment, in accordance with VA-provided design information and specifications.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Competitive, Firm-Fixed-Price (RFP under FAR Part 15 or IFB under FAR Part 14)
- Magnitude of Construction: Between $5,000,000.00 and $10,000,000.00
- NAICS Code: 238290 (Other Building Equipment Contractors), Size Standard $22 Million
- Estimated Project Duration: 357 calendar days from Notice to Proceed
- Planned Solicitation Release: Late February 2026
- Response Due: January 30, 2026, 2:00 PM ET
- Published: January 21, 2026
Set-Aside & Eligibility
This is a market research effort to determine the appropriate socio-economic set-aside, if any. Potential categories include Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Hub Zone Small Business. Respondents must indicate their business size and type.
Capability Statement Requirements
Interested contractors must submit an electronic Capabilities Statement (max 8 single-sided pages, 12-point font, PDF, <=4MB) addressing:
- Company Information: Name, DUNS, UEI, address, Point-of-Contact.
- Business Size & Type: Based on NAICS 238290 ($22M size standard).
- Statement of Interest & Bonding: Include a letter of intent from your bonding company demonstrating capacity in line with the project magnitude.
- Past Performance: Up to three comparable contracts within the last seven years, demonstrating experience in elevator modernization and phasing in an active hospital environment. Provide project details, scope, size, building use, dollar value, dates, and contact information. Highlight specific technical skills, key personnel (e.g., licensed elevator mechanics), and self-performed work (dollar value and description).
Additional Notes
This notice is for planning purposes only and is not a solicitation. The Government will not pay for information submitted. No evaluation letters or results will be issued. Offerors are responsible for monitoring SAM.gov for the release of any future solicitation.