Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137

SOL #: 36C24726R0024Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

AL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

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

Timeline

1
Posted
Nov 26, 2025
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 5, 2026, 6:00 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) is soliciting proposals for Elevator Upgrades in Buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa VAMC, Alabama. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity for a Firm-Fixed-Price construction contract estimated between $5 million and $10 million. The project involves comprehensive modernization and renovation of existing elevators. Proposals are due February 26, 2026, at 13:00 Eastern Time.

Scope of Work

The project requires the replacement, removal, modernization, renovation, and upgrading of various elevators across the specified buildings. This includes supplying all materials, supervision, and labor. Key technical requirements and clarifications, as per recent amendments and RFI responses, include:

  • Compliance with VA safety rules, NFPA, NEC codes, and ASME A17.1 2022.
  • Specific details on finishes, panels, and fire alarm interface, with revised drawings (A-601, A-801-A806, FA001) provided in ASI #1.
  • Non-structural seismic restraint is a deferred design responsibility of the Contractor.
  • Contractor is responsible for acquiring permits such as hot work, ICRA (Class 3), and Above Ceiling permits.
  • A full-time Superintendent and QA/QC Manager are required.

Contract Details

  • Contract Type: Firm-Fixed-Price Construction.
  • Estimated Magnitude: Between $5,000,000 and $10,000,000.
  • Period of Performance: 608 calendar days from Notice to Proceed (NTP) for construction completion. Guarantee Period Services extend for 365 days after acceptance of each elevator group.
  • NAICS Code: 238290 (Other Building Equipment Contractors), with a Small Business Size Standard of $22.0 Million.
  • Product Service Code: Y1DA (Construction Of Hospitals And Infirmaries).

Submission & Evaluation

Proposals are due electronically by February 26, 2026, at 13:00 Eastern Time. Submissions must be sent via email to the addresses specified in Block 8 of SF 1442, with an email file size limit of 10 MB. Evaluation will follow a Trade-Off Source Selection process, where Past Performance is significantly more important than Price. Required attachments include an Experience Modification Rate Form, a Past Performance Questionnaire, and an Itemized Cost Breakdown. Performance and Payment Bonds are required.

Key Amendments & Clarifications

Recent amendments have extended the proposal due date, provided responses to two rounds of Requests for Information (RFIs), and updated the NAICS code. Amendment 0003 changed the NAICS to 238290 ($22.0M). Amendment 0005 provided the second round of RFI responses and extended the proposal due date to the current deadline. ASI #1 provided revised architectural drawings.

Compliance & Logistics

Offerors must comply with VAAR 852.219-75, which limits subcontracting to 75% of the contract amount for Special Trade Construction contractors to firms that are not certified SDVOSBs or VOSBs. An updated Wage Determination (AL20260098) is applicable. All payments will be made via Electronic Funds Transfer (EFT), requiring successful bidders to register with Tungsten Network for electronic invoice submission.

People

Points of Contact

Ryan CrispinContracting OfficerPRIMARY
Joyce PowersSECONDARY

Files

Files

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

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6
Solicitation
Posted: Jan 30, 2026
View
Version 5
Solicitation
Posted: Jan 21, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 16, 2026
Version 3
Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Dec 30, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 26, 2025
View