523A5-18-371 Building 4 Elevator Replacement VAMC Brockton

SOL #: 036C24126Q0250Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

Brockton, MA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Apr 1, 2026, 8:00 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.

Quick Summary

The Department of Veterans Affairs (VA), Network Contract Office 01, is soliciting proposals for the Building 4 Elevator Replacement project at the Brockton VA Healthcare System Campus in Brockton, MA. This opportunity, identified as 523A5-18-371, involves the modernization of one passenger and one service 3-stop elevator, along with associated general construction. This solicitation is 100% set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the VISN 1 Construction MATOC. Proposals are due April 1, 2026, at 4:00 PM EST.

Scope of Work

The project entails the comprehensive modernization of two elevators (Service Elevator S-9 and Passenger Elevator P-8) and the upgrade of the associated machine room in Building 4. The scope includes general construction, alterations, installation of indicators, call and notification systems, minor site preparation, and work to support the enclosed elevator machine room in the existing penthouse. Demolition and construction will involve the removal of regulated building materials, such as asbestos-containing materials (ACM) and lead-containing paint (LCP), as detailed in the Regulated Building Material Survey Report. Abatement by licensed contractors is required for identified ACM, and all LCP must be managed according to regulations.

Specialized work requires Massachusetts licensed electrical, mechanical, and Class C11 Elevator contractors. The general contractor must ensure technicians hold Certified Elevator Technicians (CETs) and inspectors possess Qualified Elevator Inspector (QEI) certifications. Specific brand-name components are required for interior signage (Innerface), Direct Digital Control Building Management System (Siemens), Fire Alarm System (GE/EST-3), Electronic Safety & Security (Hirsch), and Electrical Equipment (Russ Electric ATS) to ensure compatibility and standardization.

Contract & Timeline

  • Contract Type: Solicitation (implied Task Order under VISN 1 Construction MATOC)
  • Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries)
  • Estimated Value: Between $1,000,000 and $5,000,000
  • Period of Performance: 365 calendar days from the tentative Notice to Proceed (NTP) in May 2026.
  • Proposal Due Date: April 1, 2026, at 4:00 PM EST
  • RFI Due Date: March 17, 2026, at 4:00 PM EST
  • Site Visit: March 10, 2026, at 11:00 AM EST

Eligibility & Submission

This opportunity is restricted to eligible VISN 1 Construction MATOC vendors and is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals must be submitted electronically via email and include a signed offer, itemized cost breakdown, acknowledgment of amendments, and a signed VAAR 852.219-75 VA Notice of Limitations on Subcontracting. Offer acceptance period must be at least 120 calendar days. Bid, Performance, and Payment Bonds are required.

Special Considerations

Bidders must develop and submit a Construction Phasing Plan (CPP) for approval, detailing procedures, equipment, materials, interim life safety measures, and a schedule, coordinating with the 24/7 operational Medical Center. A Pre-Construction Risk Assessment (PCRA) template outlines safety and risk management requirements for "Large-Scale" activities, including specific control measures. Compliance with Massachusetts DLS regulations and OSHA codes is mandatory. All materials and shop drawings require COR approval. Contractor employees handling Federal records must complete VHA-provided records management training.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 23, 2026
Version 1
Solicitation
Posted: Feb 23, 2026
View
523A5-18-371 Building 4 Elevator Replacement VAMC Brockton | GovScope