J056--Refurbish D wing Elevators
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 Network Contracting Office 6, is soliciting bids for the refurbishment of two D-Wing elevators (P-5 and P-6) at the Fayetteville VA Medical Center in Fayetteville, NC. This project, identified as Project No. 565-24-105, aims to modernize critical hydraulic elevators serving the Emergency Room, Imaging, Laboratory, ICU, and Operating Rooms. This is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due by March 23, 2026, at 3:12 PM EST.
Scope of Work
The contractor will provide all labor, materials, and equipment for the modernization, refurbishment, installation, commissioning, and turnover of the two existing D-Wing hydraulic elevators. Key tasks include:
- Demolition of legacy systems and installation of non-proprietary modernization components.
- Machine-room and pit code upgrades, cab and hoistway door refurbishments.
- Implementation of Infection Control Risk Assessment (ICRA) conforming phasing and barriers (Class III for lobbies, Class II for shafts), maintaining hospital operations and life-safety.
- Installation of microprocessor controllers (e.g., BoD Smartrise or equivalent), replacement/upgrade of hydraulic machines (BoD EECO or equivalent), and new door equipment (BoD GAL or equivalent).
- New cab interiors, machine room and pit upgrades (lighting, GFCI, sump pump), and integration with building's addressable system for elevator recall and fire alarm interfaces.
- Architectural, mechanical, plumbing, and electrical work as detailed in the drawings and specifications.
- Testing, commissioning (witnessed by a licensed QEI), and staff training.
- Compliance with ASME A17.1 (2022), NFPA 70 (NEC 2023), IBC 2021, IMC 2024, IPC 2024, OSHA, and VA directives. The project has an estimated performance period of 445 calendar days, with a detailed multi-phase schedule outlined in the specifications.
Contract Details
- Contract Type: Firm-Fixed-Price, Requirements contract.
- Estimated Magnitude: Between $1,000,000 and $5,000,000.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238290, Size Standard: $19.0 Million.
- Bonds: Performance and payment bonds are required for contracts exceeding $30,000. A bid guarantee is required if the bid exceeds $150,000.
Submission & Evaluation
- Offers Due: March 23, 2026, at 3:12 PM EST.
- Site Visit: A site visit was scheduled for February 18, 2026.
- Questions: Questions were due by February 26, 2026, at 2:00 PM EDT.
- Submission Requirements: Proposals must include a complete SF 1442, bid guarantee (if applicable), and all required certifications and clauses. Offerors must be registered in SAM.gov and certified as an SDVOSB in the SBA database at the time of bid submission.
- Amendment 0001 confirms the offer receipt date is not extended and must be acknowledged by bidders.
Contact Information
- Primary Point of Contact: Angelo Harris, Contract Specialist, Angelo.Harris@va.gov.