Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOURCES SOUGHT

J -- Proj #TBD | Elevator Modernization | Elias/Prather

Notice Date
11/19/2025 1:11:54 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77626Q0039
 
Response Due
12/3/2025 8:00:00 AM
 
Archive Date
12/18/2025
 
Point of Contact
Leslie Prather, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
leslie.prather@va.gov
(leslie.prather@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.001, this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking information on potential sources for Elevator Modernization projects at VA Medical Centers located at various VAMC s nationwide. PROJECT DESCRIPTION: These projects shall modernize both hydraulic and traction elevators located in VA Medical Centers. The types and numbers of elevators will be identified for each project in the Scope of Work or Performance Work Statement. The contractor shall furnish all services, including but not limited to, labor, supervision, and trades required for turnkey modernization, as well as all materials, parts, equipment, tools, transportation, and rigging, disposal and cleanup, to perform complete elevator modernization. This includes providing all documentation, manuals, diagnostic tools, programming codes and training for VA operations staff. See Attachment 01 Elevator Modernization Scope, Attachment 02 14 21 10 Traction Elevator Modernization, and Attachment 03 14 24 10 Hydraulic Elevator Modernization for more information. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract for services. The anticipated solicitation will be issued either as a Request For Quote (RFQ) in accordance with FAR Part 12, Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. Elevator modernization projects are planned for advertising early to mid-February 2026. North American Industry Classification System (NAICS) codes 238290 (size standard $22.0 million) and 561210 (size standard $47.0 million) are being contemplated for elevator modernization. The North American Industry Classification System (NAICS) selection will be determined based on results of market research. The magnitude and duration of each project will be determined prior to the solicitation. The services for this project will include, but not be limited to: labor, supervision, trades required for turnkey modernization, to include those required for fire alarm (FA) integration, electrical, mechanical, plumbing, low-voltage technology, rigging and disposal. Contractor will also provide all materials, equipment, tools, and transportation. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 238290 and NAICS code 561210. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that demonstrate successful experience, that is self-performed** as defined below, in the execution of elevator modernization at occupied facilities. Include the project name, project owner and contact information as this person may be contacted for further information. Projects must show that contractor is currently and regularly engaged in the installation and/or modernization of elevator equipment. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work, and Attachments 01, 02 , and 03. This MUST include licensed Elevator Mechanic, certified Welder and licensed Master Electrician at a minimum. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 6: Provide your responses to Attachment 04 Request for Information Questions. This will not count against the eight page limit mentioned below. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 5MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by December 03, 2025 at 11:00 AM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Leslie Prather Contract Specialist leslie.prather@va.gov Secondary Point of Contact: Scott Elias Contracting Officer scott.elias@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/39c3160bd4f442c58f38868aa789e389/view)
 
Place of Performance
Address: TBD
 
Record
SN07646922-F 20251121/251119230040 (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.