Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)

SOL #: 36C26126R0008Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Martinez, California

NAICS

Other Building Equipment Contractors (238290)

PSC

Maintenance Of Miscellaneous Buildings (Z1JZ)

Set Aside

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

Timeline

1
Posted
Nov 4, 2025
2
Last Updated
Jan 29, 2026
3
Response Deadline
Jan 30, 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 the replacement of five elevators throughout the VA Northern California Health Care System (VANCHCS) at its Martinez and Mare Island, California campuses. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $2 million and $5 million. Proposals are due by January 30, 2026, at 10:00 AM PST.

Scope of Work

This project, titled "Replace Elevators Throughout VANCHCS (B19, B21 and B201)," involves the demolition of existing elevator systems and the installation of five new, fully functional, and modernized traction and hydraulic elevators in Buildings B19 and B21 at the Martinez VA Clinic, and Building B201 at the Mare Island VA Clinic. Key requirements include adherence to strict safety protocols (OSHA, NFPA, VA guidelines), infection control measures (ICRA), fire safety, and environmental controls. The work will occur in occupied buildings, necessitating careful coordination to minimize disruption. Specific technical requirements include compliance with NFPA70, NFPA72, NFPA99, NFPA101, NEC, use of CAT6A Plenum rated communication lines, UPS backup, and specific interior finishes. The contractor must also provide a 3rd party Senior elevator inspector and appoint a Commissioning Agent and Manager.

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 (NTP) for each package.
  • NAICS Code: 238290 (Other Building Equipment Contractors) with a size standard of $22 million.
  • Bonds: Payment and performance bonds are required.

Eligibility & Submission

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be verified and listed in the VA's Veteran Small Business Certification (VetCert) database at the time of offer submission and award. Proposals are due electronically via email to jose.hernandez1@va.gov by January 30, 2026, at 10:00 AM PST. The evaluation will follow a Best Value Trade-off process, where technical factors (Specialized Experience, Technical Approach, Key Personnel, Past Performance) are approximately equal to and more important than price.

Key Requirements & Attachments

Bidders must submit several mandatory documents:

  • VAAR 852.219-75: A "Notice of Limitations on Subcontracting—Certificate of Compliance" form, certifying adherence to subcontracting limits (e.g., 50% for services, 85% for general construction). Failure to submit this form will render the offer ineligible.
  • Divisional Cost Break-Out: A detailed cost breakdown for CLIN 0001, structured by specific divisions.
  • Safety & Environmental Record: Certification of compliance with OSHA/EPA violation limits and an Experience Modification Rate (EMR) equal to or less than 1.0. Required documentation includes a self-certification and EMR information from the insurance carrier.
  • Wage Determination: Compliance with Wage Determination CA20250018 for prevailing wage rates and fringe benefits in California.

Additional Notes

Work hours are typically 7:00 AM to 4:30 PM PST, Monday through Friday, but extended hours or weekend work may be required, especially for Building B21 elevator replacement (critical completion within 21 days). All questions must be submitted in writing via email; telephone calls are not accepted.

People

Points of Contact

Jose HernandezContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Pre-Solicitation
Posted: Jan 29, 2026
View
Version 5Viewing
Pre-Solicitation
Posted: Jan 14, 2026
Version 4
Pre-Solicitation
Posted: Dec 30, 2025
View
Version 3
Pre-Solicitation
Posted: Dec 2, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 2, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 4, 2025
View