J035--Elevator Upgrade NRM Construction Project 556-24-115 James A. Lovell Federal Health Care Center, North Chicago, IL 60064
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), Program Contracting Activity Central (PCAC), is soliciting proposals for the Elevator Upgrade NRM Construction Project 556-24-115 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This design-bid-build project involves the modernization of elevators and cart lifts. The estimated magnitude of construction is between $5,000,000 and $10,000,000. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by May 1, 2026, at 2:00 PM EDT.
Scope of Work
The project requires all tools, materials, labor, quality assurance, and supervision for renovations to update specific elevators and cart lifts across multiple buildings. Key requirements include:
- Updating elevators P4, P5, and S6 in building 131.
- Updating elevator P21 in building 66.
- Updating elevator P22 in building 7.
- Updating elevator P23 in building 4.
- Updating elevators P25 & P26 in building 195.
- Updating cart lifts in OR/Sterile Processing in building 133/133CA.
- Modernization of elevator equipment and electrical systems, adhering to detailed specifications and drawings.
- A full-time, on-site Quality Control Manager (QCM) is required, who cannot hold other roles.
- Only one elevator can be out of service at a time in buildings with multiple elevators, with specific limitations for Buildings 7 and 66.
- New cab interiors are required for hydraulic elevators.
- A hazardous material survey will be conducted post-award, with potential change orders for abatement.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Estimated Magnitude: $5,000,000 to $10,000,000.
- Period of Performance: Approximately 548 calendar days from Notice to Proceed.
- NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22.0 million.
- PSC Code: J035 (Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment).
Submission & Evaluation
- Proposals Due: May 1, 2026, at 2:00 PM EDT.
- Submission Method: Electronically via email to Sheila Vickers (sheila.vickers@va.gov) and Joelle Mascarenas (joelle.mascarenas@va.gov). Proposals must be submitted in three separate searchable PDF emails: Volume I (Technical), Volume II (Price), and Volume III (Administrative).
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), with technical proposals evaluated on a pass/fail basis for acceptability.
- Technical Questions Cut-off: April 7, 2026, 2:00 PM ET.
Eligibility & Set-Aside
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and listed in the SBA certification database at the time of proposal submission and award. The prime contractor must comply with limitations on subcontracting, certifying that for general construction, not more than 85% of the contract amount will be paid to non-SDVOSB/VOSB firms (excluding material costs).
Key Clarifications & Requirements
- Bonds: A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not to exceed $3,000,000) is required. Performance Bond (SF 25) and Payment Bond (SF 25A) will be required upon award.
- Site Visit: A site visit was held on March 31, 2026. Attendees were required to bring high-visibility clothing.
- Design Team Conflict: Individuals involved in providing professional services for the construction documents are precluded from participating as Prime, Mentor-Protégé, or subcontractor.
- Tariffs: The contract is Firm Fixed Price; price escalation for tariffs will not be considered.
- Compliance: Bidders must adhere to VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) requirements, and prevailing wage rates as per DBA WD IL20260009 for Cook County, IL.