J035--Elevator Upgrade NRM Construction Project 556-24-115 James A. Lovell Federal Health Care Center, North Chicago, IL 60064

SOL #: 36C77626R0048Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

North Chicago, IL

NAICS

Other Building Equipment Contractors (238290)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment (J035)

Set Aside

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

Timeline

1
Posted
Feb 11, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 21, 2026, 6:00 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), specifically the Program Contracting Activity Central (PCAC), is soliciting proposals for the Elevator Upgrade NRM Construction Project (556-24-115) at the James A. Lovell Federal Health Care Center in North Chicago, IL. This project involves the modernization of elevator equipment and electrical systems across multiple buildings. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The project requires general construction, alterations, labor, materials, and equipment to upgrade specific elevators and cart lifts. This includes:

  • Updating elevators P4, P5, and S6 in Building 131.
  • Updating elevator P21 in Building 66.
  • Updating elevator P22 in Building 7.
  • Updating elevator P23 in Building 4.
  • Updating elevators P25 & P26 in Building 195.
  • Updating cart lifts in OR/Sterile Processing in Building 133/133CA. The contractor must expedite planning and execution, ensure a robust quality assurance and safety plan, and comply with all provided design information, specifications, and drawings.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Estimated Magnitude: Between $5,000,000 and $10,000,000.
  • Period of Performance: Approximately 548 calendar days from the Notice to Proceed.
  • NAICS Code: 238290 (Other Building Equipment Contractors) with a $22.0 million size standard.
  • PSC Code: J035 (Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment).
  • Warranty: One-year as per FAR 52.246-21.

Set-Aside & Eligibility

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and listed in the SBA certification database at the time of proposal submission and award. Offers from non-SDVOSB concerns will not be considered.

Submission & Evaluation

  • Proposals Due: April 21, 2026, by 2:00 PM EDT.
  • Submission Method: Via email to Sheila.Vickers@va.gov and joelle.mascarenas@va.gov. Proposals must be submitted in three separate emails (Volume I Technical, Volume II Price, Volume III Administrative), each as a searchable PDF.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) procedures. Technical proposals will be evaluated on a pass/fail basis for acceptability.
  • Technical Questions Due: April 7, 2026, by 2:00 PM ET. All questions must be submitted in writing via email to Sheila.Vickers@va.gov.

Key Requirements & Attachments

  • Mandatory Site Visit: Tuesday, March 31, 2026, at 8:30 AM CT, at the Captain James A. Lovell FHCC, Building 3, Room 116. No pre-registration is required, but sign-in is mandatory.
  • Bonds: A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not to exceed $3,000,000) is required. Performance Bond (SF 25) and Payment Bond (SF 25A) will be required upon award.
  • Subcontracting Limitations: Offerors must certify compliance with VA limitations on subcontracting, specifically that for general construction, no more than 85% of the contract amount (excluding materials) will be paid to non-certified SDVOSBs/VOSBs.
  • Wage Determinations: Bidders must adhere to the prevailing wage rates and fringe benefits specified in General Decision Number IL20260009 for Cook County, IL.
  • Risk Assessments: Compliance with VHA Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) templates is required.
  • Drawings & Specifications: Comprehensive architectural, mechanical, and electrical drawings (V1-V5) and a detailed Specification Book are provided, crucial for understanding the full scope.

Contact Information

People

Points of Contact

Sheila M VickersContract SpecialistPRIMARY
Joelle M MascarenasSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download

Versions

Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 23, 2026
Version 2
Solicitation
Posted: Mar 19, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 11, 2026
View
J035--Elevator Upgrade NRM Construction Project 556-24-115 James A. Lovell Federal Health Care Center, North Chicago, IL 60064 | GovScope