Opportunity
SAM #36C77626Q0204
Elevator Modernization for Bed Tower at Pittsburgh VA Medical Center
Buyer
VA Patient Care Services
Posted
May 07, 2026
Respond By
May 18, 2026
Identifier
36C77626Q0204
NAICS
238290
This opportunity seeks qualified firms for a major elevator modernization project at a federal medical facility. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) - Contracting office located at 6100 Oak Tree Blvd. Suite 490, Independence, OH - Project Scope: - Full replacement and upgrade of two bed tower elevators (P13/P14) at Pittsburgh VA Medical Center, University Drive - Elevators serve floors 1-6 and are beyond their serviceable life expectancy - Includes all labor, materials, and equipment required for modernization - Procurement Details: - Competitive, firm-fixed-price contract - Design-bid-build approach with final specifications and drawings provided - Estimated contract value between $2,000,000 and $5,000,000 - NAICS code: 238290 (Other Building Equipment Contractors) - Period of performance: 365 calendar days from Notice to Proceed - Requirements: - Respondents must demonstrate technical experience in elevator modernization projects - Hospital experience in occupied medical facilities is required - Appropriate licensing must be provided - OEMs and Vendors: - No specific OEMs, brands, or part numbers are mentioned in the solicitation - Place of Performance: - Pittsburgh VA Medical Center, University Drive, Pittsburgh, PA - Contracting office: VHA-PCAC, Independence, OH
Description
SYNOPSIS:
INTRODUCTION: This Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).
The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Elevator Upgrade Bed Tower | Pittsburgh UD at the Pittsburgh VA Medical Center located in Pittsburgh, PA.
PROJECT DESCRIPTION: This project shall replace University Drive Bed tower elevators P13/P14 that serve floors 1-6 (2 cars) and need full replacement of cars and related systems/utilities. Beyond serviceable life expectancy.
PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.
This project is planned for advertising in mid-June 2026. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code 238290 (size standard $22.0 million) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.
CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 238290. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement (see below Draft Evaluation Factors 1-3 for a further definition of comparable size, complexity and scope). Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.
DRAFT EVALUATION FACTORS
Factor 1 Technical experience: Provide (2 3) examples of a full elevator replacement modernization project with a minimum of 4 floors. Experience can be provided as a team meaning prime contractor and proposed elevator subcontractor  Factor 2 Hospital Experience: Provide (1) example of any type of project successfully performed at an occupied medical facility. There is no limitation on size, scope, or complexity. For clarity, experience should specifically be either in or directly adjacent to direct patient care areas of the medical facility.  The required experience must be held by either the prime contractor or the elevator subcontractor. As these two entities will be the primary contractors managing the work in this location, at least one of these parties must demonstrate their ability to operate appropriately in such a sensitive environment.  Factor 3: Provide the Prime contractor s license. License can be in any state.  It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by May 18, 2026, at 2:00 PM ET. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.
At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Contracting Office Address:
VHA Program Contracting Activity Central (VHA-PCAC)
6100 Oak Tree Blvd. Suite 490
Independence, OH 44131
Primary Point of Contact: Melissa Waddell Contract Specialist Melissa.Waddell@va.gov
Secondary Point of Contact: Samantha Mihaila Contracting Officer Samantha.Mihaila@va.gov
Additional Links:SAM