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), 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 is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $1,000,000 and $5,000,000. Offers are due by March 23, 2026, at 3:12 PM EST.
Scope of Work
This project involves the comprehensive modernization, refurbishment, installation, commissioning, and turnover of two existing hydraulic elevators (P-5 and P-6) that serve critical areas including the Emergency Room, Imaging, Laboratory, ICU, and Operating Rooms. The contractor must provide all labor, supervision, materials, and equipment while maintaining hospital operations and life-safety.
Key tasks include:
- Demolition of legacy systems and installation of non-proprietary modernization components.
- Machine-room and pit code upgrades.
- Refurbishment of cab and hoistway doors.
- Implementation of Infection Control Risk Assessment (ICRA) conforming phasing and barriers (Class III for lobbies, Class II for shafts).
- Installation of microprocessor controllers (e.g., BoD Smartrise or equivalent) and replacement/upgrade of hydraulic machines and associated components.
- Replacement of hall door equipment, car door operators, and car door equipment, including new hoistway doors with stainless steel skins.
- Replacement of fixtures, new cab interiors, flooring, and lighting covers.
- Installation of a new sump pump system and integration with the building's addressable system for elevator recall and fire alarm interfaces.
- Architectural, mechanical, plumbing, and electrical scopes as detailed in the specifications.
- Extensive testing, commissioning (witnessed by licensed QEI), and training for VA staff.
- Project closeout deliverables including as-builts, O&M manuals, warranties, and spare parts.
Work must comply with ASME A17.1 (2022), NFPA 70 (NEC 2023), IBC 2021, OSHA, and VA directives (PG-18-1).
Contract & Timeline
- Contract Type: Firm-Fixed-Price, Requirements contract (Invitation for Bid - IFB).
- Estimated Magnitude: Between $1,000,000 and $5,000,000.
- Performance Period: Approximately 445 days.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238290, Size Standard: $19.0 Million.
- Site Visit: Wednesday, February 18, 2026, at 10:00 AM EDT.
- Questions Due: Thursday, February 26, 2026, at 2:00 PM EDT.
- Offers Due: Monday, March 23, 2026, at 3:12 PM EST.
- Published Date: February 5, 2026.
Evaluation & Submission
Offerors must submit a complete SF 1442, bid guarantee (if applicable for bids over $150,000), and all required certifications and clauses, including the VAAR 852.219-75 Limitations on Subcontracting Certificate of Compliance. Performance and payment bonds are required if the contract exceeds $30,000. Bidders must be registered in SAM.gov and certified as an SDVOSB in the SBA database at the time of bid submission. Questions must be submitted via email to Angelo.Harris@va.gov; no telephone inquiries will be accepted.
Additional Notes
A detailed baseline schedule reflecting all phases, milestones, inspections, and commissioning activities is required for VA approval. The project includes a specific 11-phase schedule for completion within 445 days.