Z2DA--523A5-18-371 Building 4 Elevator Replacement (Brockton)

SOL #: 36C24126Q0250Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

Brockton, MA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

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

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Apr 1, 2026, 6:30 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), Network Contract Office 01, has issued a Solicitation for the Building 4 Elevator Replacement project at the Brockton VA Healthcare System Campus in Brockton, MA. This opportunity is 100% set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the VISN 1 Construction MATOC. The project involves the modernization of two existing elevators and associated construction work. Proposals are due April 1, 2026, at 4:00 PM EST.

Scope of Work

The project entails the modernization of one 3-stop passenger elevator (P-8) and one 3-stop service elevator (S-9) in Building 4. This includes comprehensive general construction, alterations, installation of indicator and call systems, minor site preparation for access and staging, and work within the existing penthouse machine room. The scope also covers the demolition and construction necessary to execute the project, including the removal of regulated building materials (asbestos and lead-containing paint) in accordance with abatement procedures detailed in the Regulated Building Material Survey Report. A Construction Phasing Plan (CPP) is required due to the 24/7 operation of the Medical Center, with initial phases focusing on penthouse work, then the service elevator, and finally the passenger elevator.

Key Requirements

  • Licensing: All electrical, mechanical, and elevator work must be performed by Massachusetts licensed contractors (electrical, mechanical, and Class C11 Elevator contractors, respectively).
  • Certifications: The general contractor must ensure all technicians involved possess Certified Elevator Technicians (CETs) certifications, and contractor-furnished elevator inspectors hold Qualified Elevator Inspector (QEI) certifications through ANSI National Accreditation Board and NAEC.
  • Safety & Coordination: Adherence to infection prevention measures (ICRA), comprehensive safety planning (PCRA template provided), and coordination with VA Facilities staff are mandatory.
  • Period of Performance: The work must be completed within 365 calendar days from the tentative Notice to Proceed (NTP) in May 2026.

Contract Details

  • Contract Type: Solicitation (implies Fixed-Price Construction Contract)
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 236220 (Repair Or Alteration Of Hospitals And Infirmaries)
  • Estimated Value: Between $1,000,000 and $5,000,000
  • Place of Performance: Building 4, VA Medical Center, 940 Belmont Street, Brockton, MA 02301

Submission & Evaluation

  • Mandatory Site Visit: March 10, 2026, at 11:00 AM EST, at Building 4 elevator lobby.
  • Questions (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 submitted via email to Sean.Genereux@va.gov, Heather.Libiszewski-Gallien@va.gov, and NCO1ConstructionTeam2Proposals@va.gov. Hard copies or faxes will not be accepted.
  • Required Documents: Offerors must submit a signed offer, an itemized cost breakdown using the provided "S02 Base Offer Breakdown.xlsx" template, acknowledgment of all amendments, and a signed VAAR 852.219-75. Bid bonds (SF 24) and Performance/Payment bonds (SF 25/25A) are also required.
  • Eligibility: Only eligible VISN 1 Construction MATOC vendors may submit an offer. Subcontracting limitation: Not more than 85% of the contract amount may be paid to non-SDVOSBs.

Point of Contact

For inquiries, contact Sean D Genereux, Contract Specialist, at Sean.Genereux@va.gov.

People

Points of Contact

Sean D GenereuxContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 23, 2026
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 23, 2026
View
Z2DA--523A5-18-371 Building 4 Elevator Replacement (Brockton) | GovScope