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) is soliciting proposals for the Building 4 Elevator Replacement project at the Brockton VA Healthcare System Campus in Brockton, MA. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, open only to eligible VISN 1 Construction MATOC vendors. Proposals are due April 1, 2026, at 4:00 PM EST.
Project Overview
This project involves the modernization of two existing 3-stop elevators (one passenger and one service) within Building 4, along with all associated general construction, alterations, and necessary supporting work. The work includes upgrades to the machine room and addressing existing elevator deficiencies.
Scope of Work
Key aspects of the project include:
- Modernization of one passenger and one service 3-stop elevator.
- General construction, alterations, installation of indicator/call systems, minor site preparation for access and staging, and work within the existing penthouse machine room.
- Demolition and construction necessary to execute the project, including the removal of regulated building materials (Asbestos-Containing Materials and Lead-Containing Paint) as detailed in the provided survey report. Abatement must be conducted by licensed contractors.
- All electrical, mechanical, and elevator work must be performed by Massachusetts licensed contractors. The general contractor is responsible for ensuring technicians possess Certified Elevator Technicians (CETs) and inspectors hold Qualified Elevator Inspector (QEI) certifications.
- Compliance with Massachusetts Department of Labor Standards (DLS) regulations, OSHA codes, and Davis-Bacon Act wage rates.
- Development and approval of a Construction Phasing Plan (CPP) is required due to the 24/7 operation of the Medical Center. Phasing includes work on the Penthouse, Service Elevator, and Passenger Elevator.
- Adherence to Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) requirements.
Contract Details & Timeline
- Contract Type: Solicitation (implies a fixed-price construction contract).
- Period of Performance: 365 calendar days from the tentative Notice to Proceed (NTP) in May 2026.
- Estimated Value: Between $1,000,000 and $5,000,000.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. 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 firms that are not certified SDVOSBs.
- Mandatory Site Visit: March 10, 2026, at 11:00 AM EST (Building 4 elevator lobby).
- RFI Due Date: March 17, 2026, at 4:00 PM EST.
- Proposal Due Date: April 1, 2026, at 4:00 PM EST.
- Submission: Proposals must be submitted via email to Sean.Genereux@va.gov, Heather.Libiszewski-Gallien@va.gov, and NCO1ConstructionTeam2Proposals@va.gov. No hard copies or faxes will be accepted.
- Offer Acceptance Period: Minimum 120 calendar days.
Required Submissions
Offerors must submit a signed offer, an itemized cost breakdown (using the provided 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.