Z1DA--FY26 SERVICE - Elevator Maintenance and Repair (B+4) - Syracuse VAMC
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), specifically the VISN 2 Contracting Office, is conducting a Sources Sought Notice for Elevator Maintenance and Repair Services at the Syracuse VA Medical Center in Syracuse, NY. This market research aims to identify qualified contractors to replace an expiring contract, with an anticipated start date of May 1, 2026. Responses are due by April 15, 2026, at 3:00 PM EST.
Purpose & Scope
The primary purpose of this Sources Sought is to gather information for market research, determine the viability of setting aside the future requirement for specific socio-economic categories (e.g., SDVOSB, VOSB, WOSB, HUBZone, 8(a), Small Business), and inform the procurement strategy. The requirement involves comprehensive elevator service and maintenance for 21 elevators (Schindler, Otis, Dover, Global-Tardif), including:
- Scheduled inspections, preventative maintenance, testing, and adjustments.
- Replacement parts, labor, supervision, tools, and supplies.
- Unscheduled adjustments and repairs during business hours.
- 24/7/365 emergency call-back service.
- Maintenance of existing third-party elevator inspection schedules.
Anticipated Contract Details
- Type: Firm Fixed-Price (anticipated for future solicitation).
- Period of Performance: Base year plus four (4) option years.
- NAICS Code: 238290 (Elevator and Escalator Installation and Maintenance).
- Size Standard: $22 million.
Submission Requirements
Interested contractors capable of meeting the requirements must email a capability statement and full information to Contract Specialist Julie Monagan Barnard at Julie.monaganbarnard@va.gov by the deadline. Phone calls will not be accepted.
Information Requested
Respondents should provide:
- Company site location and a plan for self-performance or subcontracting, detailing tasks for prime vs. subcontractor.
- Years of company and technician experience in similar services, including the number of similar jobs performed in the past five years.
- Number of certified/licensed technicians employed.
- Identification of any Federal Supply Schedules (FSS) that may carry the desired services.
- Contractor SAM UEI number for size standard and socioeconomic verification.
- NAICS code for services offered and size status.
- 2-3 instances of past experience demonstrating regular engagement in this type of work.
- A listing of any intended teaming agreements.
- Proof of applicable certifications or training.
- Completion and return of the "Limitation on Subcontracting – Certificate of Compliance Clause" (852.219-75) is mandatory for consideration.
Contact Information
Contract Specialist: Julie Monagan Barnard (Julie.monaganbarnard@va.gov).