J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD

SOL #: 36C26326Q0150Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Fort Meade, SD

NAICS

Other Building Equipment Contractors (238290)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment (J035)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Dec 18, 2025
3
Response Deadline
Nov 21, 2025, 11:00 PM

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 Pre-Solicitation notice for the Department of Veterans Affairs, Network Contracting Office 23, for the procurement of Elevator Maintenance and Repair Services at the Black Hills VA Health Care System located in Fort Meade, SD and Hot Springs, SD.

The NAICS code for this procurement is 238290 Other Building Equipment Contractors with a size standard of $22 Million.

Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Any amendments issued to this solicitation will ONLY be available on this site. Offerors are advised that they are responsible for obtaining all amendments. All questions must be submitted in writing to the Contracting Specialist at joseph.bloomer@va.gov. No telephone inquiries will be accepted.

This notice does not obligate the Government to award a contract neither does it obligate the Government to pay for any quotes or proposal preparation costs. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. All interested parties must be registered in System for Award Management (SAM) to be eligible for award. Registration information can be found at www.sam.gov.

STATEMENT OF WORK

Elevator Maintenance and Repair Service

Hot Springs VA Medical Center

500 N. 5th St.

Hot Springs, SD 57747

Fort Meade VA Medical Center

113 Comanche Rd.

Fort Meade, SD 57741

Statement of Purpose:

The purpose of this solicitation is to establish an annual services contract through a qualified, capable, regionally located Elevator Service Contractor to perform requirements for maintenance and repair of facility elevators at the Hot Springs VA Medical Center, Hot Springs, SD. Approved vendor agrees to administer the proposed objectives pursuant to the terms of this Statement of Work and in the proposal submitted by Department of Veterans Affairs, Black Hills Health Care System (VA BHHCS).

The purpose of this solicitation is to establish an annual services contract through a qualified, capable, regionally located Elevator Service Contractor to perform requirements for maintenance and repair of facility elevators at the Black Hills VA Fort Meade Medical Center, Fort Meade, SD. Approved vendor agrees to administer the proposed objectives pursuant to the terms of this Statement of Work and in the proposal submitted by Department of Veterans Affairs, Black Hills Health Care System (VA BHHCS).

Goals of the Agreement:

a. Contractor will provide full preventive maintenance service and emergency repair service

quotes on the following elevators at VA Hot Springs:

Building 1 Passenger Elevator #1 Montgomery

Serviced bi-weekly SN#CT41072, Automatic OH Traction, 4-stop

Building 53 Passenger/Freight Elevator #6 Montgomery

Serviced bi-weekly SN#CT44221, Automatic OH Traction, 3-stop

Building 12 Passenger Elevator #3

Serviced bi-weekly SN#CT45333, Automatic OH Traction, 5-stop, Motion Control

Building 12 Passenger Elevator #5 Montgomery

Serviced bi-weekly SN#CT39203, Automatic OH Traction, 4-stop

Building 12 Passenger/Freight Elevator #7 Montgomery

Serviced bi-weekly SN#CT40382, Automatic OH Traction, 6-stop, dual doors,

Motion Control

Building 12 Dumbwaiter #DW1 Matot

Serviced monthly SN#25924

Building 2 Passenger/Freight Elevator #2 Dover

Serviced monthly SN#E97367, Hydraulic, 4-stop, dual doors

Building 12 Passenger Elevator #4

Serviced monthly SN#E29807, Hydraulic, 2-stop, Motion Control

Building 11 Passenger Elevator #8 Dover

Serviced monthly SN#EF5389, Hydraulic, 2-stop

Building 4 Passenger Elevator #9 IMO

Serviced monthly SN#119634-17, NHP1305, Hydraulic, 3-stop

b. Contractor will provide full preventive maintenance service and emergency repair service

quotes on the following elevators at VA Ft. Meade:

Building 113                     Passenger Elevator #1 Montgomery

Serviced bi-weekly          SN#3108038, Automatic OH Traction, 3-Stop

Building 113                     Service Elevator #2 Montgomery

Serviced bi-weekly         SN#3108035, Automatic OH Traction, 3-stop

Building 145                     Passenger Elevator#3 - Montgomery

Serviced bi-weekly          SN#CT- 46035, Automatic OH Traction, 3-stop

Building 145                     Service Elevator #4 Montgomery

Serviced bi-weekly          SN#CT- 46036, Automatic OH Traction, 3-stop

Building 113 Passenger Elevator #S-1 Minnesota Elevator

Serviced monthly SN# NHP124900, Hydraulic, 2-stop

Building 113 Passenger Elevator #C-2 Minnesota Elevator

Serviced monthly SN# NHP124899, Hydraulic, 3-stop

Building 46 Freight Elevator #5 Otis

Serviced monthly SN#130889, cable, 2-stop

VA Hot Springs Elevators identified as numbers 1, 3, 5, 6 and 7 are cable-traction type and are to be serviced bi-weekly.

VA Hot Springs Elevators identified as numbers 2, 4, 8, and 9 are hydraulic type and are to be serviced monthly. Dumbwaiter DW1 is to be serviced monthly.

Fort Meade Elevators identified as numbers 1, 2, 3 and 4 are cable-traction type and are to be serviced bi-weekly.

Fort Meade Elevators identified as numbers S-1 and C-2 are hydraulic type and are to be serviced monthly. Otis freight elevator is to be serviced monthly.

Requirements:

Contract requirement is for one Base Year and four Option Years which may be exercised by the Government.

Contractor will provide, along with bid package, proof of current service mechanics certification issued by the International Union Elevator Constructors.

Contractor will provide, along with bid package, the name and telephone number of service technician who will be performing this contract work. Also provide a resume of service technician, along with experience of working on various manufacturers equipment.

Contractor shall provide bi-weekly full maintenance inspections of cable-type elevators (26 total routine maintenance visits). Contractor will provide monthly full maintenance inspections of the hydraulic elevators (total of 12 routine maintenance visits). Routine maintenance will be made during the medical center s regular hours, Monday through Friday from 7:30am to 4:30pm.

Contractor shall notify and sign-in at the VA Facilities Management Office at each site prior to commencement of providing services. Contractor shall utilize a written or an electronic service receipt to record each visit. This receipt will indicate date, hours on site, technician name, type of service and the elevators that were serviced. The receipt will be signed by the Maintenance Supervisor or the Engineering Manager. A copy will be provided to the VA on the date of service.

Contractor shall provide a quarterly summary of routine maintenance and review with the Maintenance Supervisor. The VA representative will sign receipts to indicate that the Contractor was present; this does not represent any sort of inspection of workmanship on the part of the VA. The VA will hire an independent elevator inspector for that purpose.

Contractor shall clean, adjust and lubricate the equipment and determine the nature and extent of any maintenance required to restore the elevators to satisfactory service and, if conditions warrant, furnish and install parts as noted herein. All equipment, materials and installation will conform to the American National Standard Code for Elevators, Dumbwaiters, Escalators and Moving Walks, ANSI, A17.1-1978, or latest adopted edition, and the American Standard practice for inspection of Elevators, Inspectors Manual, A1 1.2-1979 or latest adopted edition.

Contractor shall clean, lubricate and adjust motors, generators, controllers, relay panels, selectors, leveling devices, operating devices, switches, on car and in hoistway, hoistway door and car door or gate operating devices, interlocks and contacts, guide shoes, guide grooves in hoistway and car door sills, hangers for all doors, and car doors, signal systems, car safety devices, sensor strips, governors, tension frames and sheaves in pit. Hoist motor generator brushes will be checked for wear at least every month. Accumulated carbon dust will be removed from commutators, brush rigs, and windings at the same time.

Contractor shall clean guide rails, overhead sheaves and beams, counterweight frames, tops of cars, machine room floors and elevator shaft pits at least once per month. A complete cleaning of the entire installation including all machine room equipment, hoistway equipment, machine room floors and walls, hoistway walls, supporting structures, etc., will be accomplished once per year.

Contractor shall lubricate all sheave, machine and motor bearings and hoist ropes/cables and refill as necessary.

Contractor shall examine all hoisting ropes/cables and equalize the tension whenever necessary to ensure maintenance of adequate safety factors. Contractor will replace hoisting ropes/cables and governor ropes/cables as required. The exterior of the machinery and any other parts of the equipment subject to rust will be kept properly painted and presentable. The guides will be kept free of rust. Guide shoe rollers and gibs will be renewed as required to insure smooth and satisfactory operation. All electrical wiring and conductors extending to elevators and dumbwaiters from circuit breakers or main lines switches in machine rooms and from outlets in hoistways, will be repaired and/or replaced when required. Circuit breakers or main line switches, together with fuses for same, are excluded.

Contractor shall furnish all lubricants, hydraulic fluid, cleaning supplies and tools necessary to perform the work described herein. All lubricants will be recommended by the manufacturer of the individual equipment.

Contractor shall furnish and install or repair when necessary, traction machines, motor generators, controllers, selectors, worm gears, thrusts, control fuses, windings, commutators, circuits, magnet frames, relays, contactors, cams, car door and hoistway door hangers, tracks and door gibs, door operating devices, interlocks and contacts, safety devices, governors, push buttons, annunciators, lamp replacement in signal systems, and all other elevator signal and accessory equipment. All parts will be of the original manufacturer s design and specification, or equal to.

Contractor shall not supply and replace fluorescent lamps for car light fixtures. Contractor will not supply and replace floor covering on elevator car platforms, make renewals or repairs necessitated by reasons of negligence or misuse of the equipment by persons other than the Contractor or its representatives for any other reason beyond the contractors control, except normal wear and tear; install new attachments as may be recommended or directed by inspection firms or by Federal, State, Municipal or other Government authorities.

Routine Maintenance Services:

Contractor will provide a minimum of one (1) hour service on each elevator during each scheduled routine maintenance visit. Time spent on callback service and at the semi-annual inspections does not qualify as time required for scheduled maintenance.

Contractor will report to the Maintenance Supervisor or the Engineering Program Manager, or his designee, at the completion of each service, provide a written or electronic receipt of services performed and sign out in the designated logbook. These reports will advise the government of any repair part required which is not covered under this contract. The VA will provide a logbook in each elevator room for the Contractor to provide detailed and legibly written maintenance and callback actions.

Contractor will maintain a complete, orderly and chronological file including drawings, complete parts lists and copies of all reports as required by those specifications. The Contractor will maintain a record of all callbacks and repairs. Record will indicate any difficulty experienced and the corrective measures taken to eliminate the difficulties. The file will be available for inspection upon request and a copy furnished to each of the VA Black Hills Health Care System s sites quarterly.

Contractor will provide all labor, materials and equipment for the performance-based maintenance and repair of cable type elevators at Hot Springs and Fort Meade (Sturgis) VA Medical Centers in accordance with specifications included in this scope of work.

Contractor will provide all labor, materials and equipment for the performance-based maintenance and repair of hydraulic type elevators at Hot Springs and Fort Meade (Sturgis) VA Medical Centers in accordance with specifications included in this scope of work.

Call Back Service for Emergency and Non-Emergency Repairs:

Contractor will provide a four-hour response time for call back service from the time a call for service is made by the Contracting Officer, Facilities Management Officer or their designees. Contractor will be on site within this four-hour time frame, unless the situation isn t considered an emergency, and another mutually agreed upon time will meet the government s needs.

This callback service will be provided 24 hours a day, 7 days a week. The first two hours of on-site emergency callback service is included in the contract. Any time spent beyond the first two hours the government will pay the additional hours. Contractor will specify in the bid package the hourly rate Contractor will charge beyond the first two hours of on-site visit.

VA Hot Springs elevators 2, 3 and 7 will be covered under the 24-hours a day, seven days per week callback requirement.

VA Hot Springs elevators 1, 4, 5, 6, 8, 9 and dumbwaiter #DW1 will be covered under a callback time of Monday through Friday during regular working hours, government holidays excluded.

VA Fort Meade passenger elevator #1 located in Building 113 will be covered under the 24-hours a day, seven days per week callback requirement.

VA Fort Meade service elevator #2 located in Building 113 will be covered under the 24-hours a day, seven days per week callback requirement.

VA Fort Meade passenger elevator #3 located in Building 145 will be covered under a callback time of Monday through Friday during regular working hours, government holidays excluded.

VA Fort Meade passenger elevators #S-1 and #C-2 located in Building 113 will be covered under a callback time of Monday through Friday during regular working hours, government holidays excluded.

VA Fort Meade service elevators #4 and #5, located in Buildings 145 and 46 will be covered under a callback time of Monday through Friday during regular working hours, government holidays excluded.

The Contractor must be able to properly troubleshoot and diagnose all aspects of elevator system failures. The Contractor shall provide all labor, materials and equipment for the emergency callback services for all elevators at the Hot Springs and Fort Meade (Sturgis) VA Medical Centers, if the supplied quote is selected, and in accordance with specifications included in this scope of work.

The Contractor will submit a written plan of action to the Contracting Officer whenever unresolved problems occur three times on the same elevator. Whenever the same problem recurs on the same elevator three times, the VA requires an analysis of the corrective action required to resolve the problem.

When elevator systems fail, the technician s Supervisor shall provide the BLACK HILLS HCS with a written statement and itemized quote assessing the elevator system failure and that they have verified the elevator system has been properly diagnosed and concur with the technician s assessment.

The VA reserves the right to enlist a third-party expert to provide a 2nd opinion. It is the responsibility of the Contractor to reassess their proposed repairs and either reaffirm or correct their proposal based on the expert s notes. The reassessment shall include at a minimum, a substantive analysis of the third-party expert s points that contradict the Contractor s original conclusion. This reassessment shall be submitted within 5 business days of receipt of the third-party expert s opinion.

Semi-Annual and Annual Testing:

Contractor shall provide all labor and materials for participating in the semi-annual 3rd Party elevator inspections at the Hot Springs and Fort Meade VA Medical Centers in accordance with attached specifications, to include schedules for performance of the Category 1 annual no-load testing and Category 5 full load testing as required. Contractor will be present with the equipment to perform the scheduled testing in coordination with the 3rd Party elevator inspection timeframe. The government will inform Contractor in advance of the scheduled inspection for planning available manpower.

Contractor will test, tag and seal all hydraulic elevators annually at No Load for bypass pressure. All cable type elevators will be tested, tagged and sealed annually at No Load . All cable type elevators will be tested every five years at Full Load .

Inspection deficiencies that are found to be within the contract agreement terms shall all be corrected by the Contractor within six months after semi-annual inspection.

Contractor shall work with the VA Fire Departments at both VA BHHCS facilities to conduct an annual smoke alarm test for each Elevator. Contractor will contact the VA Fire Department to schedule the smoke testing. At time of testing, the Contractor will call the Firefighter on standby to communicate the start of the test. Contractor will set off the smoke test with VA Firefighter acknowledging that the alarm was received at the alarm panel for the Elevator location. A copy of the testing completion document, containing the Elevator number, building location, signed and dated will be provided to the VA Contracting Officers Representative (COR) for record.

People

Points of Contact

Joey BloomerContracting OfficerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 7
Award Notice
Posted: Dec 18, 2025
View
Version 6
Solicitation
Posted: Dec 2, 2025
View
Version 5
Solicitation
Posted: Dec 2, 2025
View
Version 4
Solicitation
Posted: Nov 24, 2025
View
Version 3
Solicitation
Posted: Nov 24, 2025
View
Version 2
Solicitation
Posted: Nov 20, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 20, 2025
J035--BHH - Elevator Maintenance & Repair Services Award Notice | GovScope