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), specifically the VETERANS AFFAIRS, DEPARTMENT OF, 241-NETWORK CONTRACT OFFICE 01 (36C241), is soliciting proposals for the Building 4 Elevator Replacement project at the Brockton VA Healthcare System Campus. This project involves the modernization of one passenger and one service elevator. This solicitation is issued under the VISN 1 Construction MATOC and is 100% set aside for verified Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Proposals are due April 1, 2026, at 4:00 PM EST.
Scope of Work
The project's objective is to modernize and replace both the Service Elevator S-9 and Passenger Elevator P-8 in Building 4 at the Brockton VAMC, including upgrading the machine room and addressing elevator deficiencies. Key requirements include:
- Elevator Modernization: Modernization of existing passenger and service elevators (3 stops each), including general construction, alterations, indicator systems, and call/notification systems.
- Associated Work: Demolition, construction, minor site preparation for access and staging, and work to support an enclosed elevator machine room in the existing penthouse.
- Regulated Materials: Removal of regulated building materials (Asbestos Containing Materials and Lead Containing Paint) as identified in the survey report.
- Electronic Safety and Security Systems: Installation of conduits, raceways, wire, cable, and related hardware, with specific requirements for grounding, surge protection, and system programming.
- Safety & Risk Assessment: Adherence to Pre-Construction Risk Assessment (PCRA) requirements for "Large-Scale" activities, including specific control measures and coordination plans for adjacent areas.
- Licensing: All electrical, mechanical, and elevator work must be performed by Massachusetts licensed contractors. General contractors must ensure technicians have Certified Elevator Technicians (CETs) and inspectors have Qualified Elevator Inspector (QEI) certifications.
Contract Details
- Contract Type: Task Order under the VISN 1 Construction MATOC.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). Only eligible VISN 1 Construction MATOC vendors may submit offers.
- Estimated Value: Between $1,000,000 and $5,000,000.
- Period of Performance: 365 calendar days from the tentative Notice to Proceed (NTP) in May 2026.
- NAICS Code: 236220 (Repair Or Alteration Of Hospitals And Infirmaries).
- Subcontracting Limitation: Not more than 85% of the contract amount may be paid to firms that are not certified SDVOSBs.
Key Dates & Submission
- Solicitation Published: February 23, 2026.
- Mandatory Site Visit: March 10, 2026, at 11:00 AM EST (Building 4 elevator lobby, VA Brockton HCS).
- Request for Information (RFI) Due: March 17, 2026, at 4:00 PM EST.
- Proposal Due Date: April 1, 2026, at 4:00 PM EST.
- Submission Method: Proposals must be emailed to Sean.Genereux@va.gov, Heather.Libiszewski-Gallien@va.gov, and NCO1ConstructionTeam2Proposals@va.gov. No hard copies or faxes accepted.
- Offer Acceptance Period: Minimum of 120 calendar days required.
Important Considerations
- Proposal Requirements: Include a signed offer, itemized cost breakdown (using the provided "S02 Base Offer Breakdown.xlsx" template), signed acknowledgment of amendments, and signed VAAR 852.219-75.
- Bonds: Performance and Payment Bonds are required for awards exceeding $150,000. A bid guarantee is also required.
- Phasing Plan: The contractor must develop and submit a Construction Phasing Plan (CPP) for approval, detailing sequencing (I. Penthouse, II. Service Elevator, III. Passenger Elevator).
- Infection Prevention: Strict infection prevention measures (ICRA requirements, zip-walls, negative air machines) must be maintained.
- Regulated Materials: Bidders must account for the abatement of identified asbestos-containing materials and management of lead-containing paint.
Contact Information
For inquiries, contact Sean Genereux, Contract Specialist, at Sean.Genereux@va.gov or 413-584-4040 x26924.