Opportunity
SAM #36C24226Q0491
Elevator Replacement and Modernization at VA NJ Healthcare System Lyons Campus
Buyer
VA Network Contract Office 02
Posted
April 01, 2026
Respond By
April 10, 2026
Identifier
36C24226Q0491
NAICS
238290
The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2), is seeking capability statements from contractors for urgent elevator replacement and modernization at the VA New Jersey Healthcare System Lyons Campus. - Government Buyer: - Department of Veterans Affairs (VA) - Network Contracting Office 2 (NCO 2) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in this notice - Products/Services Requested: - Replacement and modernization of passenger and service elevators in Buildings 6 and 53 - Work includes all labor, materials, and equipment necessary for elevator upgrades - Unique or Notable Requirements: - Contractors must be able to self-perform the elevator replacement and modernization - Procurement is classified under NAICS code 238290 (Other Building Equipment Contractors) - Potential set-aside for veteran-owned small businesses depending on market response - Firm-fixed-price contract anticipated - Place of Performance: - VA New Jersey Healthcare System Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939 - Contracting Office: - 113 Holland Ave, Albany, NY 12208
Description
The Department of Veterans Affairs Network Contracting Office (NCO) 2 is issuing this Sources Sought Notice (SSN) to survey the market and identify capable contractors with the resources to self-perform the requirement to replace several elevators in two buildings on the VA New Jersey Healthcare System Lyons Campus. The work also calls for the upgrade and modernize the elevators in two patient buildings. The result of this market research will contribute to determining the procurement strategy. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238290 for Other Building Equipment Contractors. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. RATHER, IT IS A REQUEST FOR CAPABILITY STATEMENTS THAT THE GOVERNMENT MAY USE TO DETERMINE INTEREST, CAPABILITY, AS WELL AS AVAILABILITY TO COMPETE AND SELF-PERFORM THE REQUIRED WORK. THE GOVERNMENT ASSUMES NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED IN THE PREPARATION OF A RESPONSE TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
Interested parties should include the following information in their response package:
Organization names, address, point of contact, email address, web site address, and telephone number as well as the System for Award Management (SAM) Unique Entity ID (UEI) number.
Business size: serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), small, large business, etc.
Business type under NAICS 238290, which contains a size standard of $22 Million.
Capability statements with recent and relevant projects that they have completed or currently working on similar or same requirements particular to this effort, with appropriate documentation supporting claims of organizational and staff capability.
Responses to this sources sought notice shall not exceed five (5) pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in an Adobe Portable Document Format (PDF).
The government will evaluate market information to determine potential market capacity to:
Support one of the veteran-owned-small-business set aside pursuant to the VA Rule of Two prescribed in 38 U.S.C. 8127(d) is feasible or an alternative procurement strategy is appropriate. Prospective contractors are capable of self-performing the replacement of passenger and service elevators. Provide services under a firm-fixed-price contract.
Interested SDVOSB and VOSB companies shall be registered and certified as such through the Small Business Administration (SBA) Small Business Search (SBS) website at https://search.certifications.sba.gov/ as well as in the System for Award Management (SAM) as prescribed in Federal Acquisition Regulation Clause 52.232-33
Based on the responses to this market survey, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, or procured through full and open competition.
Submission Instructions: Interested parties who consider themselves capable of meeting or exceeding the services are invited to submit a response to this notice by 4:00 PM EST, April 10, 2026. All responses shall be emailed to Mitchelle.Labady@va.gov . Telephone inquiries will not be accepted or acknowledged, and no debriefs or evaluations will be provided to companies regarding their submissions.
Important Notes.
Any organization responding to this notice should not submit a boilerplate marketing brochure instead complete a tailored their response sufficiently detailed with the organization s qualifications to perform the required work to facilitate the government s evaluation and determination of their capability. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Following the review of all eligible responses and determination of the best supported procurement strategy, the Contracting Officer will post an official solicitation. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Additional Links:Honoring & Serving our Veterans