SOLICITATION NOTICE
J -- Elevator Modernization (VA-26-00015294)
- Notice Date
- 12/11/2025 7:36:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- NAC FACILITY PURCHASING SUPPORT (36S797) HINES IL 60141 USA
- ZIP Code
- 60141
- Solicitation Number
- 36S79726Q0004
- Response Due
- 12/30/2025 2:00:00 PM
- Archive Date
- 02/13/2026
- Point of Contact
- Michelle Williams, CO/CS, Phone: 708.786.7565
- E-Mail Address
-
michelle.williams4@va.gov
(michelle.williams4@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Project Name Hydraulic Elevator Modernization - Hines, IL Address VA National Acquistion Center, Bldg. 37 1st, Ave, 1 Blk North of Cermak Solicitation # 36S79726Q0004 Please note new due date of proposal of December 30th, 2025 @ 4:00pm CST Please email all proposals by due date to : michelle.williams4@va.gov. Q:� Can the VA please confirm if there is a sump pump in the existing pit? A:� There is no sump pump in the exiting pit. Q:� If there is not a sump pump, would the VA like the contractor to install a new sump pump in the existing pit? If so, Please provide manufacturer and model of sump pump requested. If a sump pump is required, please confirm if it can be surface mounted? A:� It is not called out in this scope of work. So , NO. Q:� Can the VA confirm if there is an existing receptacle in the pit? A:� Yes, there is lightning up and down the hoist way, there is one receptacle on the top of the car, I am unaware of one in the bottom of the pit. Q:� Can the VA confirm if there are any existing Fire Alarm devices in the pit? A:� Fire alarm is only in the hallway; there is one in the machine room and one at the top of the hoist way. Q:� Can the VA confirm if there are any existing sprinklers in the pit? A:� No Q:� Can the VA confirm in the VA will be carrying the Fire alarm integration or is that the responsibility of the contractor? A:� Contractors are required to make all systems fire compliant. Q:� Can the VA confirm if the VA will be carrying out the security integration or if that is the responsibility of the contractor? A:� We re not changing cab; all security devices shall be remained as is Q:� The Scope of Work in the original solicitation appears limited with respect to required support from other trades(e.g., electrical, mechanical, plumbing). Could the VA please clarify whether an amendment will be issued to defineany Work by Others that must be completed? If not, should bidders assume responsibility for identifying, designing, and including any necessary supporting trade work as part of a design-build approach within our proposals? A:� The contractor shall coordinate all sub-contractors needed to complete this job as it relates to MEP to be code compliant. Q:� The existing cab COP has an integrated keycode reader, can the VA confirm they will be handling the security integration. A:� Enorman is the contractor we use. Contact them for any changes or required work on the devices in the elevator if needed. Q:� Per the scope of work narrative, it is our understanding there will be no cab finish upgrades other than the cab lighting, can the VA please confirm? A:� The cab walls shall not be changed. Upgraded finish plates shall be provided with the controls if there are any. Q:� Will the VA allow advanced payments (Down Payments) for any materials or equipment to be procured under this task order, or will invoicing be restricted to when the physical materials and/or equipment have been delivered to the site? A:� Typically, the VA restricts invoicing to when the physical materials and/or equipment have been delivered to the site. Advanced payments are usually not allowed unless explicitly stated in the contract. Q:� The stated POP is 180 days. Can the VA confirm that is for Construction time on site after equipment is procured? A:� If the if an adjustment in duration days needs to be made. Q:� Please confirm the VA's intent for the Prime Contractor to have a full-time superintendent for the entirety of the project? A:� The VA typically requires a full-time superintendent on site throughout the project. Q:� Please confirm the VA's intent for the Prime Contractor to have a full-time SSHO on site for the entirety of the project? A:� A full-time Site Safety and Health Officer (SSHO) is generally required. Q:� Please confirm the VA's intent for the Prime Contractor to have a full-time QCM on site for the entirety of the project? A:� A full-time Quality Control Manager (QCM) is often required for the project duration. Q:� Can any of the above individuals double or triple hat? A:� yes. Q:� Can any of the above individuals be an employee of a subcontractor, or will the VA require the above individuals to be a full-time employee of the Prime Contractor? A:� The VA generally requires these individuals to be full-time employees of the Prime Contractor. Q:� Can the VA confirm ASME A17.1-2022 is the applicable code year? A:� ASME A17.1-2022 is the current code compliant year. Q:� The scope of work mentions battery lowering. Please confirm the elevator is not currently on emergency power. A:� The elevator is on generator power Q:� Will Microsoft Project be an acceptable scheduling tool for the project? A:� Yes Q:� What software will be utilized on the project for submittal transfers? Will the Prime Contractor be responsible for purchasing and maintaining? A:� You can use Microsoft outlook or standard email or programs such as Procore. Q:� Will the VA require any construction management software to be utilized? Will the Prime Contractor be responsible for purchasing and maintaining? A:� Microsoft project should work fine if we have a construction schedule that is updated as the project progresses. Q:� Will the VA please provide contact information for the existing Fire Alarm Vendor? A:� This building does not currently have a contracted fire safety contractor, we are in the process of awarding one, we will provide the PO when the award is made. Q:� Will the VA please provide contact information for building-approved Electrical Vendors? A:� This facility uses SRC electric on most projects associated with bldg. 37. Buckeye power is acceptable as it is subbed by our emergency power prime contractor. Also, Kelso. Q:� Will the VA please provide contact information for building-approved BAS/BMS controls vendors if applicable to the scope of work upgrade? A:� The contractor that holds the buildings BAS contract is Building Automation Solutions. Tom Ancel, . Q:� There do not appear to be any drawings or specifications in the solicitation, simply a SOW narrative. Will any drawings or specifications be distributed in a future amendment? A:� No. Q:� There is no mention of new cab finishes in the Scope of Work narrative, but it does say to upgrade lighting. Is a new ceiling desired, or are we just replacing existing lighting? A:� just upgrade lighting . Q:� Can the VA please clarify the electrical scope of work requirements? A:� This is to be determined by the Contractor. There is 480 volts to the equipment room, how it is run will be dictated by the contractor as needed. Q:� Can the VA please clarify the fire alarm scope of work requirements? A:� install what meets code compliance. Q:� Can the VA please confirm the door complexity, i.e., single speed, two speed, center openings, etc.? A:� The current car has a center opening door and is tied into the building card access system as well as the security system for the building. No other information can be provided by VA, we do not have the original plans for the current elevator. Anderson elevator does however have a service agreement on it. Q:� Can the VA please confirm the car capacity? A:� Car capacity is on a plate on top of the car currently the car is not moving, we can not see the capacity. Q:� Can the VA please confirm the travel distance, number of stops, and number of openings? A:� There are only two floors,. Requirement to Adhere to Limits of Subcontracting: Yes, non-licensed elevator companies will be required to adhere to the limits of subcontracting. Since this project is 100% elevator work, it is essential that all subcontractors adhere to the same stringent standards to ensure safety and compliance with VA regulations. Eligibility to Bid and Insurance Requirements: Given that non-licensed elevator companies legally cannot perform any of the work, they should not be eligible to bid directly on this project. However, if they are allowed to participate in some capacity, they must demonstrate that their insurance covers elevator work. It is not sufficient for just the subcontractor s insurance to cover the work; the primary bidding company s insurance must also explicitly cover elevator-related activities to mitigate risks and ensure full compliance with project requirements. It is crucial for bidders to meet all regulatory, licensing, and insurance requirements specific to the type of work being performed, especially for safety-critical projects like elevator installations or maintenance. Staging area will be provided in the hall next to the mechanical room or warehouse.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f5deb2c6aae447cf93a53b87c6c2ec16/view)
- Place of Performance
- Address: 1st Ave., One Block N of 22nd, Hines, IL 60141, USA
- Zip Code: 60141
- Country: USA
- Zip Code: 60141
- Record
- SN07663136-F 20251213/251211230033 (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 |