J035--Proj #TBD | Elevator Modernization | Elias/Prather
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 soliciting bids for nationwide elevator modernization at its facilities. This Solicitation (Invitation for Bids - IFB), identified as J035, employs a two-step sealed bidding process, requiring technical proposals in Step One and pricing in Step Two. Multiple awards are anticipated across 101 distinct project sites (CLINs). Technical proposals are due by May 20, 2026, 14:00 EDT. Key contacts are Leslie Prather and Scott Elias.
Scope of Work
The core requirement is the complete turnkey modernization of hydraulic and traction elevators at numerous VA facilities across the nation. This includes furnishing all labor, materials, equipment, tools, supervision, and services necessary. Deliverables encompass providing all documentation, manuals, diagnostic tools, programming codes, and training for VA operations staff. Modernization work must ensure systems are fully functional, code-compliant, and non-proprietary. The project adheres to VA Master Specifications, ASME A17.1, NFPA, IBC, and VA H-18-8 Seismic Design Requirements. The scope also covers rigging, demolition, and disposal of existing components, with detailed specifications for components, finishes, and seismic design provided in attachments.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Begins upon award for all Contract Line Items (CLINs).
- CLINs: 101 distinct project sites nationwide, detailed in the Master Spreadsheet attachment.
- Payment Structure: A milestone-based commercial interim payment schedule is in place, with percentages tied to specific performance events (e.g., 1% for bonds, 5% for submittals, 12% for equipment ordered, 32% for mobilization/demolition, 50% for installation complete/final acceptance). Payment and Performance Bonds are required upon award.
- Registration: Contractors must be registered in the System for Award Management (SAM).
Set-Aside & Eligibility
- CLINs 0001-0013: These CLINs are set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns only. Offerors must be certified by the SBA and listed in the SBA database. Subcontracting limitations apply, requiring a Certificate of Compliance (e.g., max 75% of contract amount to non-SDVOSB/VOSB for special trade construction).
- CLINs 0014-0101: These CLINs are subject to unrestricted, full and open competition. Large businesses awarded these CLINs must submit a Small Business Subcontracting Plan within 7 calendar days of award.
- Offerors may bid on one, some, or all CLINs for which they are eligible.
Submission & Evaluation
- Step One (Technical Proposals):
- Due Date: May 20, 2026, 14:00 EDT.
- Submission: Via email.
- Evaluation: Technical proposals will be evaluated for Acceptability based on Qualifications, Project Experience, and Past Performance. Pricing is not evaluated in Step One.
- Required Documents: A Past Performance Questionnaire (PPQ) and, for SDVOSB CLINs, the Limitations on Subcontracting Certificate of Compliance must be submitted.
- Step Two (Price Bids):
- Only offerors with acceptable technical proposals from Step One will be invited to submit bids.
- Award: Will be made to the lowest responsive bidder based on price for each CLIN. Bids must be firm fixed price and submitted in whole dollar values.
- Technical Questions Cut-off: May 13, 2026, 14:00 EDT.
- Site Visits: Will be scheduled for each Item Number/CLIN.
- Attachments: The Master Spreadsheet (Attachment 06) provides critical CLIN information and detailed elevator specifications, while Wage Determinations (Attachments 9A-E) are essential for bid preparation.