Z2DA--523A5-18-371 Building 4 Elevator Replacement (Brockton)
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 Contract Office 01, is soliciting proposals for the Building 4 Elevator Replacement project at the Brockton VA Healthcare System Campus in Brockton, MA. This project involves the modernization of one passenger and one service 3-stop elevator, including associated general construction and system upgrades. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and is open only to eligible VISN 1 Construction MATOC vendors. Proposals are due by April 30, 2026, at 4:00 PM EDT.
Scope of Work
The project entails the comprehensive modernization of two existing 3-stop elevators (one passenger, one service) in Building 4. The scope includes general construction, alterations, indicators, call and notification systems, minor site preparation for access and staging, and work to support the enclosed elevator machine room in the existing penthouse. Demolition and construction are required as defined in the construction documents, including the removal of regulated building materials (asbestos and lead-containing paint) in accordance with abatement procedures. The project also involves upgrading the machine room and addressing elevator deficiencies.
Key Requirements
All electrical, mechanical, and elevator work must be executed by Massachusetts licensed contractors (Class C11 for elevators). The general contractor is responsible for ensuring all technicians involved have Certified Elevator Technicians (CETs) and contractor-furnished elevator inspectors possess Qualified Elevator Inspector (QEI) certifications. Compliance with Massachusetts DLS regulations, OSHA codes, and Federal, State & Local codes is mandatory. A Construction Phasing Plan (CPP) must be developed and approved, considering the 24/7 operation of the Medical Center. Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) measures must be strictly followed. Specific door hardware, including Norton 1603BC closers and Schlage L/9000 series locksets, are specified with "no substitutions allowed."
Contract & Timeline
This is a Solicitation for a construction contract, likely fixed-price, with an estimated value between $1,000,000 and $5,000,000. The period of performance is 365 calendar days from the tentative Notice to Proceed (NTP) in May 2026. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, and only eligible VISN 1 Construction MATOC vendors may submit an offer. Bid bonds (SF 24) and Performance/Payment bonds (SF 25/25A) are required.
Submission & Evaluation
Proposals must be submitted via email to Sean.Genereux@va.gov, Heather.Libiszewski-Gallien@va.va.gov, and NCO1ConstructionTeam2Proposals@va.gov. The final proposal due date is April 30, 2026, at 4:00 PM EDT. A mandatory site visit was held on March 10, 2026. Offerors must submit a complete list of subcontractors with their proposals, acknowledge all amendments, and provide an itemized cost breakdown using the provided template. The offer acceptance period is a minimum of 120 calendar days.
Additional Notes
The project is subject to the Davis-Bacon Act Wage Determination MA20260012. Massachusetts sales tax exemption applies to materials. Amendments have provided responses to RFIs, updated drawings and specifications, and clarified requirements.