Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
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 21, is soliciting proposals for the replacement and modernization of elevators throughout the VA Northern California Health Care System (VANCHCS) at its Martinez and Mare Island campuses. This is a Firm-Fixed-Price contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due February 13, 2026, at 10:00 AM PST.
Scope of Work
This project, identified as 612A4-22-001, involves the replacement of five elevators in Buildings B19 and B21 at the Martinez VA Clinic and Building B201 at the Mare Island VA Clinic. The scope includes demolition of existing systems, new construction, and modernization of both traction and hydraulic elevators. Key requirements include adherence to strict safety (OSHA 30-hour training), infection control (ICRA), fire safety, and environmental control procedures. Work will occur in occupied buildings, necessitating careful coordination to minimize disruption, with potential night or weekend work, especially for Building B21's critical 21-day completion. Technical specifications detail compliance with NFPA, NEC, use of CAT6A Plenum communication lines, UPS backup, specific interior finishes (varia fossil leak random resin panels, stainless steel satin), Worm Gears, and MCE controllers. A 3rd party Senior elevator inspector and a Commissioning Agent/Manager are required.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $2,000,000 and $5,000,000
- Period of Performance: Approximately 360 calendar days from the issuance of the Notice to Proceed for each package.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the VA's VetCert database at the time of offer submission and award.
- NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22 million.
Submission & Evaluation
This procurement will be conducted as a Request for Proposal (RFP) under FAR Part 15, utilizing a Best Value Trade-off process. Evaluation will consider both Technical Proposal (Specialized Experience, Technical Approach, Key Personnel, Past Performance) and Price Proposal, with non-price factors being approximately equal to and more important than price. Required submissions include:
- A completed VAAR 852.219-75 "Notice of Limitations on Subcontracting" certification.
- A detailed Divisional Cost Break-Out for CLIN 0001.
- Certification of Safety & Environmental Record and an Experience Modification Rate (EMR) equal to or less than 1.0.
- Payment and performance bonds.
- Construction Schedule, Accident Prevention Plan (APP), and Activity Hazard Analyses (AHAs) post-award.
Key Dates & Contacts
- Proposals Due: February 13, 2026, 10:00 AM PST.
- Site Visit: Conducted on December 12, 2025 (log available).
- RFIs: Answers have been posted with Amendment 0003.
- Contact: Jose Hernandez, Contracting Officer, jose.hernandez1@va.gov, 916-561-7489.
Additional Notes
All workers must have OSHA 30-hour training and obtain VA ID badges. The Wage Determination CA20250018 applies, requiring adherence to prevailing wage rates and fringe benefits.