Skip to content
Department of Veterans Affairs

J035--Elevator Upgrade - North Chicago, IL NRM Project 556-24-115

Solicitation: 36C77626Q0081
Notice ID: 79f0fa55e1954f7d842523ec25477e3f
TypeSources SoughtNAICS 238290PSCJ035Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateILPostedJan 21, 2026, 12:00 AM UTCDueJan 30, 2026, 07:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: IL. Response deadline: Jan 30, 2026. Industry: NAICS 238290 • PSC J035.

Market snapshot

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

12-month awarded value
$1,634,381
Sector total $33,301,412,516 • 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 →
Map for IL
Live POP
Place of performance
Captain James A. Lovell FHCC 3001 Green Bay Rd • North Chicago, IL • 60064
State: IL
Contracting office
Independence, OH • 44131 USA

Point of Contact

Name
Sheila Vickers
Email
sheila.vickers@va.gov
Phone
813-816-7155 ext 100434

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
PCAC (36C776)
Office
Not available
Contracting Office Address
Independence, OH
44131 USA

More in NAICS 238290

Description

SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), 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 to Upgrade Elevators at the Captain James A. Lovell Federal Health Care Center (FHCC). PROJECT DESCRIPTION: The purpose is to update elevators P4, P5, and S6 in buildings 131, P21 in building 66, P22 in building 7, P23 in building 4, P25 & P26 in building 195 and cart lifts in OR/Sterile Processing in building 133/133CA at Captain James A. Lovell FHCC. The project is required to enable compliant and safe conditions for maintenance of electrical systems. All work associated with this project will be performed in accordance with the design information, specifications and documents that will be provided by the VA during the solicitation. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract. 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 late February 2026. The VAAR Magnitude of Construction for this project is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code 238290 applies to this procurement. The duration of the project is currently estimated at 357 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, DUNS number and 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 - Other Building Equipment Contractors (Size Standard $22 Million). 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 along with 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 4: 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: Must demonstrate experience in elevator modernization and phasing in an active hospital environment. 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. 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. Key personnel should include licensed elevator mechanics or technicians. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 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, Dun & Bradstreet number, 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 January 30, 2026, at 2:00 PM ET. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for 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 analysis, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition. 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: Sheila Vickers Contract Specialist sheila.vickers@va.gov Secondary Point of Contact: Joelle Mascarenas Contracting Officer joelle.mascarenas@va.gov

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.