Z1DA--Repair T5 Transformer 539-25-503
ID: 36C25025B0043Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.

    Point(s) of Contact
    Patrice ScottContracting Officer
    (513) 559-3718
    patrice.richardson-scott@va.gov
    Files
    Title
    Posted
    This amendment to Solicitation Number 36C25025B0043, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, clarifies key dates and times. The deadline for receipt of offers has been extended to December 18, 2025, at 1:30 PM EST. Additionally, the site visit is rescheduled for November 14, 2025, at 10:00 AM Eastern, at 3200 Vine St, 3rd Floor of Building 2 (CLC) Room C3015, Cincinnati, OH 45220. The bid opening will now take place on December 18, 2025, at 1:30 PM Eastern, with call information to be provided in a subsequent amendment. This modification ensures all potential offerors are aware of the updated schedule for this government solicitation.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 10 has issued Solicitation Number 36C25025B0043, a Request for Proposal (RFP) for construction services. This RFP is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and seeks contractors to repair the T5 Transformer Access Hatch at the Cincinnati VAMC. The project involves replacing a three-phase pad mount 150 KVA T5 transformer, including purchasing new equipment, completing cabling and terminations, and properly disposing of the old transformer. The performance period is 550 calendar days from the Notice to Proceed, with a magnitude of construction estimated between $100,000 and $250,000. Bids are due by December 3, 2025, at 1:30 PM EST, and a mandatory site visit is scheduled for November 15, 2025. This solicitation details bidding requirements, including bid guarantees, performance and payment bonds, and various certifications and compliance standards such as Buy American, wage rate requirements, and security protocols for contractor personnel.
    The Department of Veterans Affairs is issuing a presolicitation notice for project 36C25025B0043, "Repair T5 Transformer 539-25-503," at the Cincinnati VA Medical Center. This project involves replacing the three-phase pad mount 150 KVA T5 transformer outside Building 8. The contractor will provide all labor, materials, equipment, and supervision for full construction services, including purchasing and installing the new transformer. The project is set aside for service-disabled veteran-owned small business (SDVOSB) concerns, with an estimated cost between $100,000 and $250,000. All work must be completed within 550 calendar days after the Notice to Proceed. The Invitation for Bids (IFB) is tentatively scheduled for posting on or about November 20, 2025, with bid opening 30-45 days thereafter. Plans and specifications will be available electronically with the IFB.
    This government file outlines a Request for Proposals (RFP) for a comprehensive infrastructure upgrade project, likely for a federal, state, or local entity. The document details requirements for mechanical, plumbing, and fire suppression system enhancements across various buildings. Key aspects include assessments of existing conditions, demolition, installation of new equipment, and coordination with multiple trades. The project aims to improve sprinkler systems, ductwork, and piping while ensuring maintenance accessibility. Emphasis is placed on integrating mechanical and plumbing fixtures according to strict guidelines, with detailed plans required for all systems. The RFP also highlights mandatory safety measures, including infection control and fire watches, underscoring the importance of safety and compliance throughout the modernization effort.
    This government file outlines general requirements for a construction project, likely an RFP, focusing on safety, site preparation, alterations, and warranty management. Key aspects include comprehensive safety protocols, accident prevention plans, and designated safety officers. The contractor is responsible for site readiness, including demolition and material provision for the “Repair T5 Access Hatch” project, with a 550-day period of performance for the base bid involving transformer replacement. Strict security measures cover personnel, document control, and vehicle access. Utility services must be maintained, with specific procedures for interruptions and connections. The document details requirements for as-built drawings, a thorough warranty management plan, and contractor response times for warranty service, categorized by priority. It also addresses the temporary use of mechanical, electrical, and elevator equipment, specifying contractor responsibilities and utility availability. Submittal procedures for shop drawings, product data, and samples are detailed, emphasizing compliance, scheduling, and electronic submission. Overall, the document stresses adherence to regulations, safety, and meticulous documentation throughout the project.
    The project, "REPAIR T5 ACCESS HATCH" (Project Number 539-25-503) at 3200 Vine Street, Cincinnati, OH, focuses on the demolition and replacement of the T5 transformer in Building 8 of the VA Cincinnati facility. The scope includes demolishing the existing T5 transformer and primary cabling from T5 to PPSU while retaining secondary conductors for reconnection. New work involves installing a new Square D Schneider Electric three-phase pad mount 150 KVA transformer, centering it on the existing concrete pad, running new primary cabling to PPSU, and reconnecting existing secondary feeders. The project also requires an update to the arc flash study from PPSU to downstream equipment of T5. The Basis of Design specifies a one-for-one replacement, including primary cabling replacement, rigging, and spade extensions for secondary bushings. The contractor must field verify existing T5 measurements before submitting the new transformer for review. The Period of Performance (POP) is 550 days from the Notice to Proceed (NTP), with shutdowns completed on weekends to minimize PPSU shutdown duration. The project emphasizes maintaining existing feeds and ensuring the new transformer is fully operational.
    This Request for Information (RFI) 36C25025B0043, Project Number 539-25-503, from the Department of Veterans Affairs, Network 10 Contracting Office, seeks information regarding the "Repair Transformer T5 Access Hatch" project at 3200 Vine Street, Cincinnati, Ohio 45220. Contractors are required to thoroughly read all solicitation documents and specifically identify relevant sections or drawing numbers when submitting questions or requests for clarification. Questions must be directed to Patrice Scott, Contracting Specialist, at patrice.richardson-scott@va.gov. The government will only answer questions that meet these requirements to ensure timely responses. Replies to RFIs will be posted as amendments on fbo.gov. The document outlines the necessary format for submitting inquiries, including sections for RFI number, date, specific references, reply needed by date, information needed, and a reply section.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation No. 36C25026B0001) is a government document designed to assess a contractor's safety and environmental performance. It requires companies to provide detailed information from their OSHA 300 Forms for the past three years (2022-2024), including man-hours, cases involving days away from work or restricted activity, and their Days Away, Restricted, or Transferred (DART) Rate. Additionally, contractors must report any serious, willful, or repeat OSHA violations within the last three years, along with explanations. The form also requests copies of OSHA 300 and 300a Forms, the company's six-digit North American Industrial Classification System (NAICS) Code (236220 for this acquisition), details about who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation is critical for federal, state, and local RFPs to ensure that prospective contractors meet established safety and environmental standards before being awarded a contract.
    The VAAR 852.219-75 (JAN 2023) DEVIATION outlines subcontracting limitations for VA contracts, primarily focusing on certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify compliance, with specific subcontracting percentage limits varying by contract type: 50% for services, 85% for general construction, and 75% for special trade construction. Exclusions apply for direct costs not central to the acquisition (services) and material costs (construction). Failure to comply or submitting false certifications can lead to severe penalties, including criminal prosecution under 18 U.S.C. 1001, fines, and debarment. Contractors must provide documentation to VA upon request to demonstrate compliance, and non-compliance may result in remedial actions. This certification is mandatory for offerors, and failure to submit it will render bids ineligible for evaluation and award.
    VHA Directive 1192.01 outlines the mandatory seasonal influenza vaccination policy for all health care personnel (HCP) within the Veterans Health Administration, emphasizing compliance as a condition of employment with potential disciplinary actions for violations. The directive mandates annual vaccinations, outlines procedures for exemptions, and details responsibilities for personnel at varying organizational levels. This policy aims to enhance influenza prevention efforts, particularly for vulnerable populations, addressing prior vaccination rates that have consistently fallen below national targets.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    539-25-505 Maintain Parking Garage Safety
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting offers for the "Maintain Parking Garage Safety" project at the Cincinnati Veterans Affairs Medical Center (VAMC). This project involves replacing waterproofing joint sealants, repairing concrete slabs damaged by water intrusion, and conducting a comprehensive structural survey of the garage, which will be performed by THP LTD. The work is critical for ensuring the safety and longevity of the parking structure, and it must be completed within 90 calendar days of receiving a Notice to Proceed, primarily during weekends to minimize disruption to VA operations. Interested contractors must submit their quotes by December 12, 2025, at 4:30 PM EST, via email to Samuel Galbreath at samuel.galbreath@va.gov, and are encouraged to attend a mandatory site visit on November 12, 2025, at 11 AM.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.