Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOLICITATION NOTICE

J -- Refurbish D wing Elevators

Notice Date
2/10/2026 6:13:09 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626B0019
 
Response Due
3/23/2026 11:00:00 AM
 
Archive Date
04/22/2026
 
Point of Contact
Angelo Harris, Contract Specialist
 
E-Mail Address
Angelo.Harris@va.gov
(Angelo.Harris@va.gov)
 
Awardee
null
 
Description
Refurbish D wing Elevators Fayetteville VA Medical Center Project No. 565-24-105 2 Scope of Work Refurbish D wing Elevators Fayetteville VA Medical Center Fayetteville, NC Project No. 565-24-105 CONSTRUCTION SCOPE OF WORK Contractor shall provide all labor, supervision, materials, equipment, tools, transportation, and incidentals necessary for modernization, refurbishment, installation, commissioning, and turnover of two existing D-Wing elevators P-5 and P-6 (hydraulic; 4,000 lb; 125 fpm; B/1/2 stops; duplex selective collective) serving the Emergency Room, Imaging, Laboratory, ICU, and Operating Rooms while maintaining hospital operations and life-safety. Work includes demolition of legacy systems, installation of non-proprietary modernization components, machine-room and pit code upgrades, cab and hoistway door refurbishments, ICRA-conforming phasing and barriers, commissioning, training, and full closeout. The finished elevators shall operate reliably and be executed in accordance with the final issued-for-construction documents, specifications, and applicable current VA, federal, state, and local codes and standards. This project does require a site safety and health officer (SSHO) separate from the site superintendent. Contractor shall furnish, install, test, and commission work in full compliance with: ASME A17.1 (2022) Safety Code for Elevators and Escalators; acceptance test by QEI. NFPA 70 (NEC 2023), IBC 2021, IMC 2024, IPC 2024 and applicable NFPA provisions. OSHA (including asbestos and confined space standards, 29 CFR 1910/1926 as applicable). VA directives, design manuals, and Master Specifications (PG-18-1); comply with VA safety signage, ICRA guidance, and VA Elevator design guidance. Base bid shall include all items listed on the drawings and in the specifications. Submit a detailed baseline schedule for VA approval, reflecting all phases of work, milestones, inspections, and commissioning activities. Infection Control Risk Assessment (ICRA) & work restrictions: Mechanical room: ICRA Class III. Elevator lobbies (active work): ICRA Class III; predominantly night work; plastic barriers removed each morning and reinstated nightly. Elevator shafts: ICRA Class II with one car kept active during the other car s work scope. Provide negative air, HEPA filtration, dust-tight barriers, sticky mats, and debris management per approved ICRA plan. Schedule noisy/vibration work off-hours. Maintain egress, fire-life safety, and hospital security at all times. Phasing & sequencing (contractor to detail means/methods): Phase 1 (60 days): Engineer/vendor submittals for long-lead equipment. Phase 2 (120 days): Material acquisition; establish ICRA barriers. Phase 3 (14 days): Demolish old equipment; begin pit work/sump base. Phase 4 (21 days): Paint half the mechanical room floor at P-5; 7-day cure; route/rough-in sump discharge to mech room; defer mech room wall paint to Phase 10. Phase 5 (60 days): Install P-5 modernization equipment (incl. lobby call stations). Phase 6 (30 days): Paint P-5 pit walls/floor; test and turnover P-5. Phase 7 (7 days): Re-set ICRA barriers; prep P-6 for work (COR inspection/approval). Phase 8 (28 days): Demolish P-6 equipment; pit work and floor paint with 7-day cure. Phase 9 (45 days): Install P-6 modernization equipment. Phase 10 (30 days): Paint mechanical room walls and pits; test and turnover P-6; complete BMS/EMCS connections and testing. Phase 11 (30 days): Project closeout, O&M/Training; commissioning completed. Total of 445 days. Protect adjacent finishes; cap/terminate abandoned utilities; manage, containerize, and dispose of waste per VA environmental procedures (recycle where practicable). If ACM is confirmed, perform abatement under the approved plan before disturbance. Controls & operation: Replace relay logic with a microprocessor controller (BoD Smartrise or equivalent), providing: simplex/duplex operation as required, emergency power capability, onboard diagnostics, landing control system, FF Service Phases 1 & 2, independent service, hoistway access, car-top operation, timed lighting/fan control, and emergency-power pre-transfer signal integration (two-wire from building switchgear). Hydraulic package: Replace/upgrade hydraulic machines and associated components (BoD EECO or equivalent): dry tanks, (Maxton/EECO or equivalent) control valves, motors, pumps, pit shut-off valves, and new Victaulic gaskets, complete with new wiring. Door equipment: Replace hall door equipment, car door operators, and car door equipment (BoD GAL or equivalent). Provide new hoistway doors with stainless steel skins; polish/renew existing stainless hall frames. Fixtures & signaling: Replace hall pushbuttons, main COP, auxiliary COP, combination hall direction/car position indicators, and emergency power jewel; integrate jewel pre-transfer signal (two-wire from switchgear to controller). (BoD Innovation for fixtures.) Cab interiors: New cab interiors, new flooring, new covers for the existing stainless side lighting (retain system, replace covers), new car doors; polish interior stainless steel. Elevators P-5/P-6 to match the new car scheme already deployed in D-Wing. Machine Room: Dedicated 110V car-light disconnect; car lights on a dedicated circuit (panel AB-2 has spares). Illumination: provide 200 lux measured at floor. GFCI outlet on a dedicated source. Environmental: Provide exhaust/heat to maintain 45 90°F, 95% RH. Sprinklers/detectors: If sprinklers present, install heat detector within 2' of each head and a smoke detector within 2' of each heat detector per NFPA 72 coordination. Pits: Lighting: provide 100 lux. GFCI outlet on a dedicated circuit. Sump pump: Install new sump pump at 3,000 gph capacity with single dedicated receptacle and discharge tank/piping per drawings. Paint pit walls to finished floor level with epoxy. Elevator recall & FA interfaces: Provide addressable devices and relay logic for primary/secondary recall and flashing hat function; integrate with the building s addressable system in accordance with current code. Architectural & lobby scope: Clean, prep, and finish existing stainless elevator jambs to receive new coating. Vestibules (B, 1, 2): remove corner guards/bumper rails/base; prep and install new corner guards, bumper rails, base, and paint to Level 4 finish; match D-Wing standards. Machine room walls: epoxy paint per phasing (Phase 10). Mechanical scope: Demo existing terminal unit/duct as indicated; install new constant-volume terminal unit and ductwork; coordinate clearances, access, and EMCS points. Plumbing/sanitary scope: Cap existing sump pit and add the new sump and discharge tank/piping per drawings; coordinate penetrations and firestopping. Electrical/communications scope: Provide all new elevator power/control wiring in conduit; no exposed cabling. Coordinate normal/emergency power feeds, car-light circuit, GFCIs, FA interfaces, EMCS tie-ins, and signaling. Provide panel schedules and as-built risers. Testing, commissioning, training: Pre-functional checklists and functional testing for each elevator; integrate controls, FA/recall, emergency power, door protection, and ride quality. Conduct A17.1-2022 Acceptance Test witnessed by licensed QEI; Contractor to schedule, provide load, and correct deficiencies. Coordinate with VA-hired CxA for plan review, point-to-point verification, performance testing, and issue resolution through turnover. Provide staff training (operator and maintenance) and furnish all manuals/tools. Deliverables & closeout: As-builts: Revit/CAD + PDF; record risers and device addresses. O&M manuals: indexed, bound hard copies + editable digital (Word/Excel) and PDFs. Warranties: per spec; include controller, drives, hydraulics, doors/operators, fixtures. Spare parts/special tools: per manufacturer requirements. Punch list: Correct all items within 15 working days of issuance; provide re-inspection; achieve COR acceptance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e6ebcc49b42543a289551a27b37aef46/view)
 
Record
SN07710927-F 20260212/260210230043 (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!  © 1994-2026, Loren Data Corp.