Skip to content
Department of Veterans Affairs

J056--Refurbish D wing Elevators

Solicitation: 36C24626B0019
Notice ID: 4a14b774ec63466f8451008e22246aa6
TypeSolicitationNAICS 238290PSCJ056DepartmentDepartment of Veterans AffairsPostedFeb 05, 2026, 12:00 AM UTCDueMar 23, 2026, 06:00 PM UTCCloses in 28 days

Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 23, 2026. Industry: NAICS 238290 • PSC J056.

Market snapshot

Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,634,381
Sector total $33,095,080,127 • Share 0.0%
Live
Median
$107,581
P10–P90
$12,454$525,191
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,634,381)
Deal sizing
$107,581 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Hampton, VA • 23667 USA

Point of Contact

Name
Angelo Harris
Email
Angelo.Harris@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Office
Not available
Contracting Office Address
Hampton, VA
23667 USA

More in NAICS 238290

Description

Refurbish D wing Elevators Fayetteville VA Medical Center Project No. 565-24-105 2 Scope of Work Refurbish D wing Elevators Fayetteville VA Medical Center Fayetteville, NC Project No. 565-24-105 CONSTRUCTION SCOPE OF WORK Contractor shall provide all labor, supervision, materials, equipment, tools, transportation, and incidentals necessary for modernization, refurbishment, installation, commissioning, and turnover of two existing D-Wing elevators P-5 and P-6 (hydraulic; 4,000 lb; 125 fpm; B/1/2 stops; duplex selective collective) serving the Emergency Room, Imaging, Laboratory, ICU, and Operating Rooms while maintaining hospital operations and life-safety. Work includes demolition of legacy systems, installation of non-proprietary modernization components, machine-room and pit code upgrades, cab and hoistway door refurbishments, ICRA-conforming phasing and barriers, commissioning, training, and full closeout. The finished elevators shall operate reliably and be executed in accordance with the final issued-for-construction documents, specifications, and applicable current VA, federal, state, and local codes and standards. This project does require a site safety and health officer (SSHO) separate from the site superintendent. Contractor shall furnish, install, test, and commission work in full compliance with: ASME A17.1 (2022) Safety Code for Elevators and Escalators; acceptance test by QEI. NFPA 70 (NEC 2023), IBC 2021, IMC 2024, IPC 2024 and applicable NFPA provisions. OSHA (including asbestos and confined space standards, 29 CFR 1910/1926 as applicable). VA directives, design manuals, and Master Specifications (PG-18-1); comply with VA safety signage, ICRA guidance, and VA Elevator design guidance. Base bid shall include all items listed on the drawings and in the specifications. Submit a detailed baseline schedule for VA approval, reflecting all phases of work, milestones, inspections, and commissioning activities. Infection Control Risk Assessment (ICRA) & work restrictions: Mechanical room: ICRA Class III. Elevator lobbies (active work): ICRA Class III; predominantly night work; plastic barriers removed each morning and reinstated nightly. Elevator shafts: ICRA Class II with one car kept active during the other car s work scope. Provide negative air, HEPA filtration, dust-tight barriers, sticky mats, and debris management per approved ICRA plan. Schedule noisy/vibration work off-hours. Maintain egress, fire-life safety, and hospital security at all times. Phasing & sequencing (contractor to detail means/methods): Phase 1 (60 days): Engineer/vendor submittals for long-lead equipment. Phase 2 (120 days): Material acquisition; establish ICRA barriers. Phase 3 (14 days): Demolish old equipment; begin pit work/sump base. Phase 4 (21 days): Paint half the mechanical room floor at P-5; 7-day cure; route/rough-in sump discharge to mech room; defer mech room wall paint to Phase 10. Phase 5 (60 days): Install P-5 modernization equipment (incl. lobby call stations). Phase 6 (30 days): Paint P-5 pit walls/floor; test and turnover P-5. Phase 7 (7 days): Re-set ICRA barriers; prep P-6 for work (COR inspection/approval). Phase 8 (28 days): Demolish P-6 equipment; pit work and floor paint with 7-day cure. Phase 9 (45 days): Install P-6 modernization equipment. Phase 10 (30 days): Paint mechanical room walls and pits; test and turnover P-6; complete BMS/EMCS connections and testing. Phase 11 (30 days): Project closeout, O&M/Training; commissioning completed. Total of 445 days. Protect adjacent finishes; cap/terminate abandoned utilities; manage, containerize, and dispose of waste per VA environmental procedures (recycle where practicable). If ACM is confirmed, perform abatement under the approved plan before disturbance. Controls & operation: Replace relay logic with a microprocessor controller (BoD Smartrise or equivalent), providing: simplex/duplex operation as required, emergency power capability, onboard diagnostics, landing control system, FF Service Phases 1 & 2, independent service, hoistway access, car-top operation, timed lighting/fan control, and emergency-power pre-transfer signal integration (two-wire from building switchgear). Hydraulic package: Replace/upgrade hydraulic machines and associated components (BoD EECO or equivalent): dry tanks, (Maxton/EECO or equivalent) control valves, motors, pumps, pit shut-off valves, and new Victaulic gaskets, complete with new wiring. Door equipment: Replace hall door equipment, car door operators, and car door equipment (BoD GAL or equivalent). Provide new hoistway doors with stainless steel skins; polish/renew existing stainless hall frames. Fixtures & signaling: Replace hall pushbuttons, main COP, auxiliary COP, combination hall direction/car position indicators, and emergency power jewel; integrate jewel pre-transfer signal (two-wire from switchgear to controller). (BoD Innovation for fixtures.) Cab interiors: New cab interiors, new flooring, new covers for the existing stainless side lighting (retain system, replace covers), new car doors; polish interior stainless steel. Elevators P-5/P-6 to match the new car scheme already deployed in D-Wing. Machine Room: Dedicated 110V car-light disconnect; car lights on a dedicated circuit (panel AB-2 has spares). Illumination: provide 200 lux measured at floor. GFCI outlet on a dedicated source. Environmental: Provide exhaust/heat to maintain 45 90°F, 95% RH. Sprinklers/detectors: If sprinklers present, install heat detector within 2' of each head and a smoke detector within 2' of each heat detector per NFPA 72 coordination. Pits: Lighting: provide 100 lux. GFCI outlet on a dedicated circuit. Sump pump: Install new sump pump at 3,000 gph capacity with single dedicated receptacle and discharge tank/piping per drawings. Paint pit walls to finished floor level with epoxy. Elevator recall & FA interfaces: Provide addressable devices and relay logic for primary/secondary recall and flashing hat function; integrate with the building s addressable system in accordance with current code. Architectural & lobby scope: Clean, prep, and finish existing stainless elevator jambs to receive new coating. Vestibules (B, 1, 2): remove corner guards/bumper rails/base; prep and install new corner guards, bumper rails, base, and paint to Level 4 finish; match D-Wing standards. Machine room walls: epoxy paint per phasing (Phase 10). Mechanical scope: Demo existing terminal unit/duct as indicated; install new constant-volume terminal unit and ductwork; coordinate clearances, access, and EMCS points. Plumbing/sanitary scope: Cap existing sump pit and add the new sump and discharge tank/piping per drawings; coordinate penetrations and firestopping. Electrical/communications scope: Provide all new elevator power/control wiring in conduit; no exposed cabling. Coordinate normal/emergency power feeds, car-light circuit, GFCIs, FA interfaces, EMCS tie-ins, and signaling. Provide panel schedules and as-built risers. Testing, commissioning, training: Pre-functional checklists and functional testing for each elevator; integrate controls, FA/recall, emergency power, door protection, and ride quality. Conduct A17.1-2022 Acceptance Test witnessed by licensed QEI; Contractor to schedule, provide load, and correct deficiencies. Coordinate with VA-hired CxA for plan review, point-to-point verification, performance testing, and issue resolution through turnover. Provide staff training (operator and maintenance) and furnish all manuals/tools. Deliverables & closeout: As-builts: Revit/CAD + PDF; record risers and device addresses. O&M manuals: indexed, bound hard copies + editable digital (Word/Excel) and PDFs. Warranties: per spec; include controller, drives, hydraulics, doors/operators, fixtures. Spare parts/special tools: per manufacturer requirements. Punch list: Correct all items within 15 working days of issuance; provide re-inspection; achieve COR acceptance.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.