SOURCES SOUGHT
C -- 523A4-26-006 Design Upgrade Elevators A/E
- Notice Date
- 9/10/2025 10:48:03 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0136
- Response Due
- 9/24/2025 1:00:00 PM
- Archive Date
- 11/23/2025
- Point of Contact
- Alexis Duda, Contract Specialist, Phone: (403) 584-4040
- E-Mail Address
-
Alexis.Duda@va.gov
(Alexis.Duda@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT: The VA Medical Center West Roxbury in Boston, MA has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits, and construction period services associated with the upgrade of the Buildings 1 and 2 elevators at the Veterans Administration, Boston Healthcare System (VA BHS), West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132-4927. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys, and studies. The intent of this project is to perform investigation services and provide a complete design package to upgrade the elevators in Buildings 1 and 2 to current Veterans Health Administration (VHA) design and construction standards. The elevator upgrades are for the following 11 elevators within Buildings 1 and 2: Bldg. 1 Elevators 1, 2, 4, and 5 in the main lobby Elevator 3 within EMS Dietetics Elevator 6 at the loading dock Bldg. 2 Service/Freight Elevator, runs from Basement to Ground Floor Loading Dock Elevators 1, 2, and 3 in the main lobby Vertical Transport/Dumb Waiter within SPD The elevators to be evaluated for deficiencies include the following four (4) elevators within Building 3: Elevators 1, 2, and 3 in the main lobby Service Elevator, runs from Basement to Second Floor Prior to the full upgrade of the elevators, an inspection study report and modernization survey shall be performed by an elevator design professional. The elevator design professional shall be engaged throughout the project to evaluate the specifications, determine specific compliance, and consult on installation issues. This report and the survey findings shall identify the full design needs to upgrade all elevators listed above. For Buildings 1 and 2, the project intent includes, but is not limited to: Upgrading machine rooms to meet current codes Replacement of the elevator components, in accordance with VA standards, would include, but not limited to: replace all machine room equipment, elevator ropes/cabling, controls, controllers, machines, governors, pulley systems, overall lift systems; replace or install hall position indicators and buttons; replace elevator car/cab including structural, mechanical, safety, security, communications, and comfort systems. Perform elevator testing and acceptance in accordance with VA standards and ANSI/ASME 17.2 Practice for Inspection of Elevators, Escalators and Moving Walks (Inspectors Manual). Testing and acceptance to be performed by a Certified Qualified Elevator Inspector ASME QEI-1 using ANSI s 17.2 Checklist for Inspection and Certificate of Inspection. Finishes Updating signage for egress in Building 1 as the ACA addition altered egress Wall/door/stair construction Building systems and components (e.g., electrical [normal and emergency power], HVAC, lighting, plumbing and fixtures, fire protection, fire detection/alarm, telephone/data, access control, physical security, signage) Fire alarm elevator recall service HVAC systems for the elevator machine rooms and integrating with the building automaton system Hoist way ventilation/exhaust Roof/wall penetrations Lead, asbestos, and PCB abatement Patient safety features Infection control measures Accessibility requirements (ADA, VA Barrier Free Design Standard [PG 18-13], Architectural Barriers Act Accessibility Standards [ABAAS], Massachusetts Architectural Access Board Regulations, etc.) ASHRAE Standard 90.1 Energy Standard for Buildings Address considerations based on Medical Center needs and scope not identified which may be of concern For Building 3, the project intent includes, but is not limited to: A/E to perform thorough site inspections to document the existing elevator operation Physically surveying all elevators, highlighting at a minimum all components noted in the section above for Buildings 1 and 2 Provide a written narrative report on the condition of all elevators and components, noting deficiencies Provide recommendations for repair or replacement of all elevators and components, addressing the identified deficiencies Provide a cost estimate to address repairs or replacements of all elevator and component deficiencies The design must include a construction phasing plan that minimizes any negative effects to the normal operations of the medical center. Any proposed disruptions to existing operations must be approved by the Medical Center through the Contracting Officer, Contracting Specialist, and/or Contracting Officer s Representative/Project Engineer. Provide for Interim Life Safety Measures (ILSM) in the design of the project. The A/E shall have specific expertise and experience in the design and coordination of elevator modernization and equipment replacement as part of a design team. The A/E shall be the lead consultant with a vertical transportation specialist. The specialist shall be an independent and fully experienced programmer, designer, and specifier of Vertical Transport for Acute Care Hospitals and Medical Centers. The NAICS code is 541330 and the small business size standard is $25.5 million. Interested parties responding to this sources sought request shall submit the following information: (1) A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s UEI number. (2) Evidence your firm has experience with providing A/E Services for projects that involve a full upgrade of elevators, an inspection study report, and modernization survey performed by an elevator design professional. � (3) Evidence your firm has experience with providing Conceptual, Design, and Construction Period (Type A, B, and C) A/E services on an active facility providing a full upgrade to elevators in various buildings including but not limited to all associated mechanical, electrical, plumbing, fire protection and communications work. (4) Evidence your firm has experience with upgrading elevator designs with a magnitude of construction ranging between $5,000,000 and $10,000,000 or larger in a city setting. NCO 1 looks forward to the interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from CVE SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or SB concern. If adequate interest is not received this action will not be set aside. SDVOSB or VOSB firms must be verified in the Veteran Small Business Certification (VetCert) database at https://search.certifications.sba.gov/ by the Center for Veterans Enterprises. Additionally, all firms must have an active registration in SAM at www.sam.gov. Interested firms must submit their experience to the Contract Specialist no later than 4:00 PM EDT on 9/24/2025 via email to Alexis.Duda@va.gov DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary and will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay any costs for responses submitted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL the required information will not be used to make the acquisition decision, which is the purpose of this announcement. For planning purposes, the Government intends to publish a SF330 request for qualifications for this requirement on or about 10/6/2025. The SF330 request will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy when it is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ccf1afe455fb41249ae6ac580f7808c0/view)
- Place of Performance
- Address: Boston Healthcare System West Roxbury VA Medical Center 1400 VFW Pkwy, West Roxbury 02132, USA
- Zip Code: 02132
- Country: USA
- Zip Code: 02132
- Record
- SN07586400-F 20250912/250910230054 (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 |