PN: 636A8-24-003, Correct Lightning Protection and Grounding
ID: 36C26326B0008Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

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 is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.

    Point(s) of Contact
    Angie FrostContracting Officer
    (651) 293-3070
    Angela.Frost2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Iowa City VA Health Care System (ICVAHCS), is issuing a presolicitation notice for a construction project to correct lightning protection and grounding. This project, designated PN: 636A8-24-003, will involve upgrading outdated lightning protection and re-establishing Underwriters Laboratory ratings through improved grounding for all campus buildings. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the SBA certification database. The applicable NAICS code is 238210, with a small business size standard of $19.0 million, and the project's magnitude is estimated between $1,000,000.00 and $2,000,000.00. An Invitation for Bid (IFB) is expected to be issued around November 17, 2025, with a single, firm fixed-price contract award within 90 days of bid opening. The period of performance is 365 calendar days from the Notice to Proceed. All solicitation details and amendments will be available exclusively on the System for Award Management (SAM) Contract Opportunity website.
    The Department of Veterans Affairs (VA) is soliciting bids for Project Number: 636A8-24-003, “Correct Lightning Protection and Grounding.” This project, set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) construction firms, requires contractors to upgrade outdated lightning protection and improve grounding for all buildings on the Iowa City VA Health Care System campus. The solicitation, issued under Public Law 109-461, has a NAICS Code of 238210 (Electrical Contractors) with a $19.0 million size standard and an estimated cost range of $1,000,000.00 to $2,000,000.00. Bids are due by December 22, 2025, at 9:00 AM CT, and must include a bid guarantee of 20% of the bid price, not exceeding $3,000,000.00. A formal site visit is scheduled for November 26, 2025, at 1:30 PM CT. Contractors must adhere to various federal regulations, including Buy American requirements, construction wage rates, and security prohibitions. The selected contractor must provide performance and payment bonds within ten calendar days of award.
    The Iowa City VA Health Care System is seeking a contractor for Project No. 636A8-24-003, “Correct Lightning Protection and Grounding.” The project involves upgrading outdated lightning protection systems and re-establishing Underwriters Laboratory (UL) ratings through improved grounding for all campus buildings. The contractor must provide all labor, materials, and equipment, with a dedicated project superintendent. Work is to be completed within 365 calendar days of the Notice to Proceed, primarily during business hours, with some potential for after-hours work. The scope includes demolition, electrical and communication system upgrades, adherence to specific construction documents, and coordination with VA staff. The project requires compliance with various federal regulations and directives, including those from UL, VHA, OSHA, and ADA/ABA. Submittals include product data, as-built drawings, certification reports, and system warranties. All personnel must complete VA Privacy Training.
    The Iowa City VA Medical Center is undertaking a project to correct and update its lightning protection and grounding systems across various buildings, including Buildings 1, 2, 7, 8, 16, 20, 40, 41, 42, 45, 49, and 50. The project, identified as 636A8-24-003, involves the demolition of existing, often incomplete or end-of-life, lightning protection components and the installation of new systems. All work must comply with UL 96A and VA Lightning Protection Specifications, requiring UL-listed installers and inspection by a UL representative to achieve a UL Master Label Certificate. The plans detail general electrical notes, symbol legends, phasing legends, and specific requirements for new installations, including conductor placement, grounding electrode installation, bonding of metal bodies, and connections to main grounding bus bars. The project also outlines the use of existing perimeter railings and metal framing as main conductors where appropriate. The overall goal is to enhance safety and ensure proper lightning protection and grounding for the facility.
    This government file outlines the specifications for the Iowa City VAMC AE Correct Lightning Protection and Grounding System project (VA Project No. 636A8-24-003). It details the removal of the existing lightning protection system and installation of a new one, compliant with UL 96A and requiring UL Certification. The document specifies general requirements including safety, site preparation, security, and coordination with the Medical Center, which will remain occupied. Key sections cover project schedules, submittal procedures for shop drawings and product data, and comprehensive warranty management. The contractor is responsible for maintaining as-built drawings, providing operation and maintenance manuals, and ensuring minimal disruption to the facility. Stringent security and safety protocols are mandated, alongside detailed guidelines for utility use, testing, and restoration of disturbed areas.
    The Department of Veterans Affairs (VA) mandates annual privacy training for all personnel, including contractors and volunteers, to protect sensitive information such as medical, financial, and educational data. This specific training module is for individuals without direct access to VA computer systems or sensitive information, focusing on safeguarding against incidental disclosures. Personnel with direct access to VA systems like VATAS or CPRS, or sensitive information, must complete more extensive Privacy and HIPAA Focused Training (TMS 10203) and VA Privacy and Information Security Awareness and Rules of Behavior (TMS 10176). The document defines VA sensitive information and protected health information, outlining safeguards like securing found information, not removing data without permission, and reporting lost access cards. It also details six privacy laws governing the VA, including FOIA and HIPAA, and emphasizes that unauthorized use or disclosure of protected health information can lead to severe civil and criminal penalties, including termination of employment or contracts. All personnel are responsible for protecting veteran information and must report potential violations to their Privacy Officer.
    This document outlines the records management obligations for contractors handling Federal records, as defined by 44 U.S.C. § 3301. It applies to all contractors whose employees create, work with, or handle Federal records, including those specific to the Iowa City VAHCS. Contractors must comply with all applicable records management laws, NARA policies, and regulations, including the Federal Records Act and the Privacy Act of 1974. Key requirements include maintaining all records created for Government use, preventing unauthorized destruction or removal, and reporting any incidents of unlawful record handling. Contractors must also safeguard non-public information, obtain approval for subcontracts involving disclosures, and use Government IT equipment only for authorized purposes. The Iowa City VAHCS owns the rights to all data and records produced under the contract, and contractors are prohibited from retaining, using, selling, or disseminating copies of protected information. These requirements must be flowed down to all subcontractors, with violations attributed to the prime contractor.
    The VAAR 852.219-75 clause outlines limitations on subcontracting for VA contracts, particularly for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify their compliance with specific subcontracting limits based on the contract type (e.g., 50% for services, 85% for general construction, 75% for special trade construction) to firms not listed in the SBA certification database. The document emphasizes that any further subcontracting by a similarly situated SDVOSB/VOSB subcontractor counts towards these limits, and material costs are generally excluded. Offerors acknowledge that false certifications can lead to severe penalties, including criminal prosecution. The VA reserves the right to request documentation to verify compliance at any time, and failure to cooperate may result in remedial action. A formal, signed certification is mandatory with the offer, as submissions without it will be deemed ineligible for award. This ensures accountability and adherence to federal regulations promoting veteran-owned businesses.
    The document outlines the safety and environmental record requirements for bidders and offerors in government solicitations. It mandates the submission of information regarding past safety and environmental violations, specifically detailing OSHA and EPA infractions over the last three years. Bidders must also provide their current Experience Modification Rate (EMR) from their insurance carrier, with explanations required for EMRs above 1.0. Special provisions are made for self-insured contractors or those unable to obtain EMRs from their insurance carrier, directing them to the NCCI or state-run worker’s compensation bureaus. This information, along with government system data, will be used for initial responsibility determinations and applies to all subcontracting tiers. The document also includes a pre-award evaluation form for contractors to detail their safety records, including DART rates and NAICS codes.
    The General Decision Number IA20250068 details prevailing wage rates and labor requirements for building construction projects in Johnson County, Iowa, excluding single-family homes and apartments up to four stories. It outlines minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively, with annual adjustments. The document also provides specific wage and fringe benefit rates for various crafts like boilermakers, carpenters, electricians, and plumbers, with detailed instructions on how to interpret union, weighted union average, and survey rate identifiers. It also mentions Executive Order 13706 regarding paid sick leave for federal contractors and describes the appeals process for wage determinations.
    The document outlines the General Decision Number IA20250068 for construction projects in Johnson County, Iowa, stipulating wage rates that contractors must pay under the Davis-Bacon Act, with specific minimums based on contract timing and applicable executive orders. The wage rates for various construction classifications are detailed alongside relevant information on worker protections and compliance requirements for contractors. Additionally, the document includes instructions for appealing wage determinations and clarifies the criteria for union and non-union wage rate identifiers.
    The document outlines a pre-bid site visit agenda for the project "Correct Lightning Protection and Grounding" for solicitation number 36C26326B0008, scheduled for December 3, 2025, at the Iowa City VA Health Care System. Attendees include representatives from the VA, DASH, and BKM Construction LLC, with contact information provided for key personnel.
    The Department of Veterans Affairs (VA) Network Contracting Office 23 has issued Amendment/Modification 0001 to Solicitation 36C26326B0008 for the "Correct Lightning Protection and Grounding" project (Project Number: 636A8-24-003). This amendment extends the bid opening date to December 30, 2025, at 10:30 AM CST. Key changes include scheduling an additional site visit at the Iowa City VAHCS on December 3, 2025, due to high winds affecting the initial visit. It also replaces the previous Wage Determination with a revised version dated November 21, 2025, and extends the deadline for questions to December 10, 2025, at 9:00 AM CT. All other terms and conditions of the original solicitation remain unchanged. The point of contact for this project is Angie Frost (Angela.Frost2@va.gov; 651-293-3070).
    Amendment 0002 to Solicitation 36C26326B0008, issued by the Department of Veterans Affairs, Network Contracting Office 23, extends the bid opening for Project 636A8-24-003, "Correct Lightning Protection and Grounding." The new deadline for offer receipt is January 12, 2026, at 10:00 AM CT. This amendment also provides the meeting agenda and attendee lists for the site visits. Offerors must acknowledge receipt of this amendment to avoid rejection of their proposals. Further changes related to construction drawings may be issued in a future amendment.
    The government solicitation 36C26326B0008, for Project Number 636A8-24-003, seeks proposals from 100% Service-Disabled Veteran Owned Small Businesses (SDVOSBs) for lightning protection and grounding work. This project, with an estimated construction magnitude between $1,000,000 and $2,000,000, requires adherence to Public Law 109-461 and VAAR 819.7004, including formal certification of Limitations on Subcontracting. Bidders must submit a bid bond with their proposal, and successful contractors will need payment and performance bonds. The period of performance is 365 calendar days post-Notice to Proceed, with FAR 52.222-6 Construction Wage Rate Requirements applying. All inquiries must be emailed to angela.frost2@va.gov by December 10, 2025, at 9:00 a.m. (CT), and proposals are due by December 30, 2025, at 10:30 a.m. (CT). Virtual bid opening details will be provided, and strict adherence to submission instructions and SDVOSB verification is mandatory, as material errors cannot be waived.
    The document outlines the agenda for a pre-bid site visit regarding the Correct Lightning Protection and Grounding project at the Iowa City VA Health Care System, scheduled for November 26, 2025, at 1:30 p.m. (CT). It lists attendees from various organizations, including VA representatives and construction firms, along with their contact information.
    Similar Opportunities
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, requiring contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated project cost between $2,000,000 and $5,000,000. The work is critical for ensuring the safety and operational integrity of the medical center, which operates 24/7. Bids are due by January 16, 2026, at 9:00 AM CST, with a virtual bid opening scheduled for the same day at 10:00 AM CST. Interested bidders should direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    Z1DA--Renovate Dialysis PN: 636A8-24-001 Iowa City, IA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for the renovation of the Dialysis Clinic at the Iowa City VA Medical Center, identified as Project Number 636A8-24-001. This project involves the preparation of a temporary dialysis clinic followed by the renovation of 5,000 square feet of the existing facility, with an estimated construction magnitude between $5,000,000.00 and $10,000,000.00. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and the Invitation for Bid (IFB) is expected to be released around November 10, 2025, with a performance period of 304 calendar days from the Notice to Proceed. Interested bidders must be certified SDVOSBs registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Calvin L. Courtney at calvin.courtney@va.gov.
    Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53," which involves replacing the roofs on three buildings at the St. Louis Medical Center, Jefferson Barracks, MO. The primary objective of this procurement is to rectify deficiencies identified in Facility Condition Assessment Reports by completely demolishing and removing the existing roofing systems and installing new roofing components, including deck insulation and membrane systems, as specified in the contract documents. This project is crucial for ensuring the medical center can continue to provide high-quality care to veterans, with a construction cost range estimated between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must be registered in the System for Award Management (SAM) and the Veteran Small Business Certification (VetCert) to participate, with the solicitation package expected to be available by December 30, 2025, and proposals due around January 27, 2026. For further inquiries, contact Maria G. Hoover at maria.hoover@va.gov or 913-946-1143.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is crucial for ensuring the reliability and safety of the electrical distribution system, which is vital for the operation of the medical facility. Interested parties must submit their proposals by the extended deadline of January 8, 2026, at 10:00 AM PST, and should direct inquiries to Contract Specialist Alan C Perez at alan.perez@va.gov.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking qualified contractors for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as Solicitation Number 36C26326B0007, involves the removal and replacement of two brine generation tanks and one existing brine tank with a new poly tank system, requiring comprehensive construction services while maintaining hospital operations. The estimated contract value ranges between $1,000,000 and $2,000,000, with a performance period of 365 days, and bids are due by December 31, 2025, at 10:00 AM CT. Interested contractors should direct inquiries to Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov and ensure compliance with all mandatory requirements outlined in the solicitation documents.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $2,000,000 and $5,000,000, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    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.