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

Other Building Equipment Contractors (238290)

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), specifically the NETWORK CONTRACT OFFICE 7 (36C247), has issued a Solicitation (36C24726R0024) for Elevator Upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa, AL VAMC. This project involves comprehensive replacement, modernization, and upgrading of various elevators. The acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by 1:00 PM EST on February 5, 2026.

Scope of Work

The project requires the contractor to provide all materials, supervision, and labor for the replacement, removal, modernization, renovation, and upgrading of elevators across six buildings at the Tuscaloosa VAMC. Key deliverables include:

  • Replacement and removal of existing elevator components.
  • Modernization and renovation to meet current standards.
  • One year of maintenance and testing (Guarantee Period Services) after each group of elevators is accepted.
  • Compliance with ASME 17.1-8.6, OSHA 1917.116, NFPA, and NEC codes, as well as VA safety rules.
  • Adherence to specific personnel requirements, including negative TB tests, OSHA certifications (30-hour for supervisors, 10-hour for subcontractors), VA Identification Badges, and VA Privacy and Information Security Awareness training.
  • Strict security regulations, prohibiting photography/video and weapons. Detailed architectural drawings (Attachment 8) provide critical information on site plans, floor plans, elevator schedules, mechanical/electrical systems, and Infection Control Risk Assessment (ICRA)/Interim Life Safety Measures (ILSM) requirements.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Estimated Magnitude: Between $5,000,000.00 and $10,000,000.00.
  • Period of Performance: 608 calendar days from Notice to Proceed (NTP) for construction completion. Guarantee Period Services are for 365 days concurrently with each elevator group warranty.
  • NAICS Code: 238290 - Other Building Equipment Contractors, with a Small Business Standard of $22.0 Million (updated by Amendment 0003).
  • Product Service Code (PSC): Y1DA - Construction Of Hospitals And Infirmaries.
  • Place of Performance: Tuscaloosa, AL.

Set-Aside & Eligibility

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be:

  • 51% or more owned and controlled by one or more veterans.
  • Registered in SAM.gov and certified in certifications.sba.gov.
  • Compliant with VETS 4212 reporting.
  • New vendors must complete VA10091.
  • Subcontracting Limitations: Per VAAR 852.219-75 (updated by Amendment 0003), for special trade construction contractors, the contractor will not pay more than 75% of the contract amount to firms that are not certified SDVOSBs or VOSBs. Additionally, at least 25% of the contract performance cost for personnel must be spent on the concern's employees or employees of other eligible veteran-owned small business concerns.

Submission & Evaluation

  • Proposals Due: February 5, 2026, by 1:00 PM EST.
  • Submission Method: Electronic only to the email addresses specified in Block 8 of SF 1442. Email file size limit is 10 MB.
  • Evaluation Criteria: Past Performance (significantly more important than price) and Price.
  • Required Forms: Offerors must submit an Experience Modification Rate Form (Attachment 1), Past Performance Questionnaire (Attachment 3), and an Itemized Cost Breakdown (Attachment 4). The updated VAAR 852.219-75 must also be completed and signed.
  • Bonds: Performance and Payment Bonds are required.
  • Offer Guarantee: Required, accepted via email only.

Key Dates

  • Site Visit: January 13, 2026, at 12:00 PM (Noon) Eastern Time (corrected by Amendment 0001). Attendance sheet available (Pre-Bid Site Visit Attendance Sheet 01-14-2026). Site access instructions are in Attachment 9.
  • Requests for Information (RFIs) Due: January 22, 2026, by 1:00 PM Eastern.

Important Notes

  • Invoicing: All invoices must be submitted electronically via the Veterans Affairs Financial Services Center (VAFSC) through the Tungsten Network e-Invoicing portal. Vendors must register with Tungsten Network.
  • Wage Determination: The updated Wage Determination AL20260098, effective January 2, 2026, applies to this project and outlines prevailing wage rates and fringe benefits for Tuscaloosa County, Alabama.

People

Points of Contact

Ryan CrispinContracting OfficerPRIMARY
Joyce PowersSECONDARY

Files

Files

Download
Download
Download
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 5Viewing
Solicitation
Posted: Jan 21, 2026
Version 4
Solicitation
Posted: Jan 16, 2026
View
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