Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOURCES SOUGHT

J -- Washington DC Elevator Preventive Maintenances and Repair Services

Notice Date
12/10/2025 8:19:14 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0161
 
Response Due
12/15/2025 6:00:00 AM
 
Archive Date
02/13/2026
 
Point of Contact
Trever Turcotte, Contracting Specialist, Phone: 304-263-0811
 
E-Mail Address
Trever.Turcotte@va.gov
(Trever.Turcotte@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice-Elevator, Conveyances and Lifts Preventive Maintenance and Repair- Washington DC Veterans Administration Medical Center (VAMC). This is a Sources Sought Notice; it is not a Request for Quotes or Proposals. The Washington DC VAMC is seeking One (1) on-site mechanic twice a week to provide Elevator, Conveyances and Lifts Preventive Maintenance and Repair services. The Contractor must provide all personnel, supervision, professional expertise, vehicles, tools, materials, services, equipment, quality control, tools, equipment, lubricants, hydraulic fluids, and cleaning supplies necessary to perform the required work included in this contract. The VA medical center will not be responsible for providing tools, equipment, test equipment, laptops, service manuals or service diagnostic software to the Contractor. The Contractor must also provide all operational and technical documentation (such as operational and service manuals, schematics, and parts lists) and diagnostic equipment which are necessary to meet the performance requirements of this contract. Qualification for elevator mechanics: The contractor shall be licensed, insured, and bonded, maintaining certification for maintenance and repair of elevators, conveyances, and lifts from an approved regulatory agency. The approved regulatory agencies are but not limited to the District of Columbia Board of Trades or the International Union of Elevator Constructors. All contractor personnel/technicians assigned to work on this site shall have current certification for maintenance and repair of elevators, conveyances, and lifts from an approved regulatory agency to include certification through the National Association of Elevator Contractors (NAEC) as a Certified Elevator Technician or an equivalent program. All contractor personnel/technicians shall have successfully completed service and training from each of the manufacturers or a manufacturer accredited school for each model of elevators, conveyances, and lifts at Washington DC. VA Medical Center and shall have acquired a minimum of three (3) years experience on the equipment to be maintained The Contractor shall have adequate insurance protection against negligent work and other forms of liability. The nature and level of protection must be acceptable to Washington DC. VA Medical Center. REQUESTED RESPONSES: All responsible vendors and interested parties please respond to this source sought announcement if you can fulfill the requirements. Responses to this source sought shall include the following information: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the Perry Point, Baltimore and Loch Raven VAMC (if applicable). 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: Do you intend to self-perform this effort? If you are located outside the immediate area, how will you self-perform? Or do you intend to subcontract work under this contract? If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? The anticipated date of solicitation is December 31st, 2025, with an expected period of performance starting February 1st, 2026, to January 31st, 2027, using NAICS CODE 561210, Facilities Support Services. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought Notice. All future proposed submissions and solicitations requirements solicited on a Government Point of Entry (GPE) will be evaluated independently of any information submitted in response to this Sources Sought Notice. No vendor will be provided with information on solicitations issued on a Government Point of Entry based on this Sources Sought Notice. Potential Sources shall provide their Capability Statement, and it must be clear, concise, and complete. Interested contractors should respond to this notice via email to Trever.Turcotte@va.gov using the subject 36C24526Q0161 DC VAMC Elevator, Conveyances and Lifts PM and Repair Services by Wednesday, December 17th, 2025, 09:00 am EST. There is no other information available at this time. Responses to this notice may be used in determining an appropriate set-aside. Thank you for your interest.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fc656f8f0aa049b9b89452a9772bc615/view)
 
Place of Performance
Address: Department of Veterans Affairs Washington DC VAMC 50 Irving St NW, Washington DC 20422
Zip Code: 20422
 
Record
SN07662509-F 20251212/251210230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.