Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2025 SAM #8755
SOLICITATION NOTICE

Z -- 657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)

Notice Date
11/13/2025 8:12:42 AM
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526R0031
 
Archive Date
11/23/2025
 
Point of Contact
Matthew D Finley, Matthew.Finley@va.gov, Phone: 913-946-1131
 
E-Mail Address
matthew.finley@va.gov
(matthew.finley@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Presolicitation Notice DESCRIPTION TITLE OF PROJECT: 657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1 Solicitation 36C25526R0031 Scope of work: The VA Saint Louis Health Care System, John Cochran Division, requires a Construction Contractor to replace critical elevator components (e.g. counterweight sheaves, compensation chains, cable guards) in Building 1 at John Cochran VAMC. 1. This contract is for CONSTRUCTION services for the work required to replace critical elevator components (e.g. counterweight sheaves, compensation chains, cable guards) in Building 1 at the John Cochran VAMC. 2. Description: Critical components outdated, and in need of replacement and/or upgrade. The scope of work for the various components is outlined below. a. Counterweight Sheaves & Cable Guards SOW: Removal of existing counterweight sleeved sheaves in six elevators (P1-P4, S5-S6). Installation of new counterweight sheaves outfitted with sealed bearings in six elevators (P1-P4, S5-S6). Installation of cable guards in six elevators (P1-P4, S5-S6). b. Compensation Chain Assembly SOW: Removal of existing compensation chain assemblies in four elevators (P1-P4). Installation of new compensation rope assembly in four elevators (P1-P4). The contractor shall furnish all labor, supervision, materials, products, tools, equipment, and any other resources necessary to complete the work as described in this SOW, whether specifically listed or implied by the scope. The contractor shall provide a high level of quality and workmanship. The period of performance for this project is expected to be 365 calendar days after the issuance of construction NTP. END OF SCOPE OF WORK Contractor shall review any as-built drawings, specifications, and field verifications in conjunction with the performance of this project. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 365 calendar days. The facility location is the Saint Louis VA Medical Center John Cochran Division915 Grand Blvd Saint Louis, MO 63106. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). In accordance with FAR 36.204, the estimated cost magnitude is between $500,000 and $1,000,000. The North American Industry Classification Code (NAICS) for this procurement is 238290 Other Building Equipment Contractors with a small business size standard of $22.0 million. The duration of the project is estimated to be 365 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(iii), In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM under the applicable NAICS code. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 819.7003, only businesses verified under the applicable NAICS and listed in the small business administration (SBA) registry https://veterans.certify.sba.gov, shall be considered. Firms may obtain SAM information at https://www.sam.gov and VIP information at Veteran Small Business Certification at https://veterans.certify.sba.gov. The solicitation package/ official RFP and specifications should be available for download on or before November 20, 2025 through SAM.gov. An organized site visit will be scheduled on or around December 10 or 11, 2025, the specific information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation will be provided; and telephone requests or questions will NOT be accepted. Special Note regarding FAR 52.229-3: Federal, State and Local Taxes: Offerors are hereby notified that all state and local sales or use taxes for construction materials must be included in their bid or proposal price. It is solely the responsibility of the offeror to include all other applicable taxes in their bid or proposal price as well. The Government has determined that for this acquisition it cannot take advantage of any sales or use tax exemptions that may be available to it under applicable state law. Under no circumstances will any Contractor be designated as an agent of the Government for purposes of any tax exemption, nor will the Government authorize any Contractor s use of any tax exemption directly applicable to the Government under this procurement. A price change request upon award relating to the contract inclusion of state and local sales or use taxes will not be accepted. END OF NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6be2973d10fa4267b5d83fb1faba8dbf/view)
 
Place of Performance
Address: Saint Louis VA Medical Center John Cochran Division 915 Grand Blvd Saint Louis, MO 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN07640994-F 20251115/251113230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.