Y1DA--PROJECT 675-23-801, Bid-Build (BB) Improve Lake Baldwin Electrical Distribution
ID: 36C24825R0042Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. This federal contract, valued between $5 million and $10 million, aims to enhance the electrical infrastructure by addressing deficiencies through the replacement and upgrade of critical components such as transformers, switchgear, and emergency power systems. The project is particularly significant for ensuring reliable power supply to healthcare operations, thereby supporting the VA's commitment to providing quality services to veterans. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals to Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov by the specified deadline, with a project completion timeline of 270 days from the award date.

Point(s) of Contact
Elizabeth RomeroContract Specialist
Elizabeth.Romero@va.gov
Files
Title
Posted
Mar 20, 2025, 10:05 PM UTC
The Department of Veterans Affairs has released a presolicitation notice for Project 675-23-801, focused on improving electrical distribution at the Lake Baldwin and Lakemont Campuses in Orlando, Florida. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will require construction services including labor, materials, and equipment necessary for the work, estimated to cost between $1 million and $5 million. The solicitation, expected to be posted on April 4, 2025, will be conducted as a Request for Proposal (RFP) guided by FAR Part 15, aiming to provide the best value to the government. Contractors must be registered in the System for Award Management (SAM) and certified as SDVOSB to be eligible for award consideration. Compliance with environmental regulations and pollution prevention measures is also expected. Interested parties should contact the contracting officer, Elizabeth Romero, for further details and access to the Statement of Work (SOW) attached to the notice.
The document outlines specifications for electrical upgrades at the Lake Baldwin VA Clinic. It includes detailed descriptions of various electrical components such as outlets, receptacles, and lighting fixtures, and their required installation specifications. Key points emphasize outlet placement, wiring conductor specifications, and compliance with safety codes, including GFCI specifications for wet areas. The document serves as a guide for contractors tasked with the implementation of the electrical system, stressing the importance of coordination with architectural plans and other trades. It mandates adherence to National Electrical Code and local codes, detailing requirements for power distribution, testing, and inspections related to electrical systems. Overall, this electrical upgrade project aims to enhance operational efficiency and safety at the clinic, reflecting the federal government's ongoing commitment to improve healthcare facilities.
Mar 20, 2025, 10:05 PM UTC
The Orlando VA Healthcare System is initiating the "Improve Lake Baldwin Electrical Distribution" project aimed at enhancing the electrical infrastructure at its Lake Baldwin and Lakemont campuses in Orlando, FL. This construction project involves vital upgrades to address identified electrical deficiencies through a series of targeted replacements and corrections of existing systems, including switchboards, transformers, and automatic transfer switches (ATS). It requires comprehensive services from a contractor to furnish labor, materials, and supervision per detailed specifications. Key tasks include replacing the tie-breaker in specific switchboards, adding disconnecting means for utility feeders, relocating overhead power lines to underground facilities, and ensuring the provision of emergency generator-backed power to specific buildings. The project requires careful scheduling to prevent disruption of healthcare services, compliance with safety regulations, and adherence to the National Fire Protection Association codes. The contractor must execute a construction risk assessment and maintain stringent safety standards throughout the duration of the project, scheduled for completion within 270 days. Given its nature, this document serves as a Request for Proposal (RFP), showcasing the government’s commitment to improving critical infrastructure while ensuring patient safety and operational continuity.
Mar 24, 2025, 11:05 PM UTC
The Experience Information Sheet is a structured document used by contractors responding to government Requests for Proposals (RFPs) or grants. It requires detailed information about the contractor's past project experience to evaluate relevancy and reliability. Key sections include contractor details (name, address, and contact information), project identification (title and award date), the nature of work performed (prime contractor, subcontractor, etc.), and the percentage of work completed by the contractor. The sheet also asks for descriptions of the project scope, specific roles and responsibilities, challenges faced, solutions implemented, and any contract completion issues. Furthermore, it requires information on contract pricing, including original and final amounts, along with any modifications and reasons for discrepancies. This document ultimately serves to assess a contractor's qualifications, project management capabilities, and history in fulfilling similar government contracts, thereby aiding in the selection process for future projects. Maintaining clarity and coherence throughout the document is essential for effective evaluations.
The document outlines the certification requirements for contractors regarding limitations on subcontracting as per the Veterans Affairs Acquisition Regulation (VAAR) 852.219-75. Contractors must certify compliance when participating in bids for service and construction contracts, specifically adhering to limits on subcontracting to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document defines percentage thresholds for allowing subcontracting based on contract type: 50% for services, 85% for general construction, and 75% for special trade contractors. It also emphasizes the importance of accurate certification to avoid penalties, including potential criminal charges for false certifications. Contractors must be prepared to provide documentation to demonstrate compliance throughout the contract duration, and failure to comply may lead to actions by the VA, including fines or referral to debarment committees. Additionally, completing the certification form is mandatory for bid eligibility. This regulation aims to ensure SDVOSBs and VOSBs are prioritized in government contracting, aligning with federal laws to support veteran participation in the entrepreneurial sector.
Mar 24, 2025, 11:05 PM UTC
The provided file outlines the Contractor’s Past Performance Questionnaire, a key element in assessing an Offeror's qualifications for a Department of Veterans Affairs (VA) contract requirement. Contractors are instructed to fill out the questionnaire and send it to previous clients for evaluation, focusing on their past performance, experience, and technical capabilities. Clients must assess the contractor’s performance on a scale from 1 to 5 across several criteria, including management effectiveness, quality control, problem resolution, adherence to regulations, and overall performance. The questionnaire seeks feedback on the contractor's reliability, cooperation, and response to warranty issues, culminating in a recommendation for future contracts. The narrative section encourages detailed explanations for any ratings of 3 or below. This process is critical for the VA to ensure that contractors possess the necessary qualifications and consistently deliver quality services in a timely and cost-effective manner. Overall, the document illustrates a structured approach to evaluating contractor performance as part of the federal procurement process.
Mar 24, 2025, 11:05 PM UTC
The document outlines a Base Offer Cost Breakdown for a government construction project, detailing various divisions where costs are assessed. Each division corresponds to specific categories, such as General Requirements, Concrete, Masonry, and additional specialized areas like HVAC and Electrical. For each category, labor and material costs are to be listed, leading to a total cost per division. The document emphasizes the importance of detailed pricing rather than lump-sum offers, facilitating effective government price analysis. It also mentions overhead, profit, and bond percentages, though these are currently set at zero in the provided template. The final section summarizes the total base offer cost, requiring offerors to supply a comprehensive breakdown for clarity and transparency. This structure supports government agencies in evaluating RFP submissions, ensuring that bids are competitive and aligned with project budget expectations while facilitating accountability in cost management. The document serves as a standardized framework for submission, reflecting regulatory compliance within federal and state project funding initiatives.
The Department of Veterans Affairs proposes to improve the electrical distribution at the Lake Baldwin and Lakemont VA campuses in Orlando, FL, through comprehensive upgrades aimed at rectifying electrical deficiencies. This project focuses on repairs, relocations, and replacements of essential electrical infrastructure, including tie breakers, transformers, automatic transfer switches (ATS), and generators to enhance reliability and safety. Key improvements at Lake Baldwin include replacing problematic tie breakers, upgrading transformers, and incorporating emergency generator-backed power for critical buildings. At Lakemont, an ATS will be relocated to a covered area for better protection from environmental hazards. The design will comply with various established building codes and the National Electric Code to ensure safety. The structural aspects involve extending and adding concrete pads for new equipment and modifying site conditions to support the electrical upgrades. Overall, this project reflects the VA's commitment to providing reliable power infrastructure to enhance operational efficiency and safety for the facilities' occupants.
Mar 24, 2025, 11:05 PM UTC
The document outlines the project titled "Improve Lake Baldwin Electrical Distribution" at the Lake Baldwin and Lakemont VA Medical Centers in Orlando, Florida. The scope of work involves addressing electrical deficiencies by repairing, relocating, replacing, and correcting various electrical equipment. The project includes architectural, civil, structural, and electrical work, with a focus on safety and compliance with VA standards and local building codes. Key plans detail the contractor's responsibilities, such as protecting existing utilities, coordinating construction phases to maintain traffic flow, and ensuring all work complies with applicable safety directives. The contractor must also verify existing conditions against planned documentation, report discrepancies, and obtain prior approval for changes. The project emphasizes risk mitigation, adherence to safety protocols, and efficient access management during construction. Overall, the document supports the federal goal of modernizing healthcare facilities while ensuring uninterrupted service at the medical centers. The detailed plans and guidelines aim to enhance facility electrical infrastructure and promote safety and efficiency during the improvement processes.
Mar 24, 2025, 11:05 PM UTC
The Department of Veterans Affairs is seeking contractors for the “Improve Lake Baldwin Electrical Distribution” project at the Lake Baldwin Outpatient Clinic in Orlando, Florida. The contract entails comprehensive preparation of the site, including demolition, structural, electrical, and other required construction work. Safety and security measures are paramount, with strict requirements for access to the site and procedures for employee identification and materials handling. The project will involve multiple divisions, including general requirements, electrical installations, concrete work, and finishes, all adhering to VA standards and specifications. Contractors must develop work plans to minimize disruptions to the Medical Center's operations, ensuring services remain uninterrupted. They are responsible for utility services, compliance with environmental regulations, and the management of any hazardous materials during construction. Coordination with medical staff, installation schedules, and maintaining a safe environment for patients and personnel are fundamental aspects of executing the project. Overall, the initiative highlights the VA’s commitment to updating facilities while ensuring compliance with safety standards and operational integrity.
Mar 24, 2025, 11:05 PM UTC
The Department of Veterans Affairs seeks to improve the electrical distribution at the Lake Baldwin campus in Orlando through the implementation of generator-backed power systems. A comprehensive analysis evaluated existing electrical infrastructure, highlighting a current medium voltage distribution system of 12,470 volts with emergency systems powered by three generators. Addressing the need for enhanced emergency power during peak demand, four potential solutions were presented, ultimately selecting a cost-effective approach that entails minimal disruption and construction. The proposed solution focuses on replacing outdated switchgear while maintaining the integrity of the existing medium voltage system. Key improvements include a new 600A medium voltage switch and a 2,500 kVA transformer, ensuring future capacity for expansion. Preservation of the current infrastructure is prioritized, although integration with existing systems during implementation may pose challenges. Notably, the proposed solution does not resolve issues related to state-owned buildings currently fed by the VA system. The project is designed to prioritize continuous power supply, limiting outages throughout the campus as upgrades are executed.
The document outlines engineering calculations and design considerations for a structural project titled "VA - Orlando," managed by Simply Structural, Inc. It details the allowable bearing pressure of soil, wind load specifications, and requirements for constructing a caisson for a canopy column. The structural design adheres to the International Building Code (IBC) and American Society of Civil Engineers (ASCE) standards, emphasizing necessary safety protocols in wind resistance and soil pressure conditions. These calculations include wind zone specifications, roof pressures, and footing requirements to ensure structural integrity. The document asserts that all design documents remain the property of Simply Structural and cannot be utilized for other projects without written consent and appropriate compensation. Overall, this file is part of a bid preparation for a federal project, emphasizing compliance with engineering standards and focusing on structural resilience.
Mar 24, 2025, 11:05 PM UTC
Mar 24, 2025, 11:05 PM UTC
The document outlines the procedures for submitting a Contract Progress Schedule as part of government contracting. It specifies requirements including the contractor's information, contract details such as the starting and completion dates, and a detailed breakdown of work elements. Contractors must list major work components, indicating their percentage of total work and planned progress over the contract timeline. If modifications to the contract occur, an updated schedule must be submitted for approval. The schedule is integral for tracking project progress and facilitating partial payments. Regular progress reports are also mandated to ensure proper contract administration. The overall aim is to maintain transparency and accountability in government contracts, ensuring work is completed as scheduled and deviations are promptly communicated to the Procurement Officer.
Mar 24, 2025, 11:05 PM UTC
The EMR Form is a pre-award contractor evaluation document required for bidders or offerors submitting proposals for government projects. It collects essential safety and health information, including a company's OSHA 300 forms detailing workplace injuries and safety violations over recent years. Contractors must provide data on man hours, cases involving time away from work, and the DART rate. Additionally, the form requires the submission of the company's North American Industrial Classification System (NAICS) code, the administrator of its safety program, and the Experience Modification Rate (EMR) for the past three years, noting that an EMR above 1.0 disqualifies the contractor. The aim is to evaluate the responsible management of safety and health regulations before awarding contracts, ensuring compliance with federal and state safety standards. Proper completion of this form is critical for demonstrating a contractor's qualifications and commitment to workplace safety.
Mar 24, 2025, 11:05 PM UTC
The document outlines the solicitation for construction services related to the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. It includes a description of the project, which aims to rectify electrical deficiencies identified during assessments. The construction work, worth between $5 million and $10 million, is intended for contracts specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must adhere to various requirements, including registration in federal databases and completing the necessary proposals by set deadlines. The document emphasizes compliance with regulations, safety protocols, and certain performance metrics, with a project completion timeline set at 270 days from contract award. Specific tasks involve replacing transformers, improving electrical systems, and ensuring installations meet safety standards and regulations. Critical phases include contractor coordination with hospital functions to minimize disruptions, highlighting the project's urgency to enhance electrical reliability for healthcare operations while maintaining safety and compliance. The overall goal is to ensure upgraded electrical infrastructure to better serve the VA medical facilities.
Lifecycle
Similar Opportunities
Lakemont & Viera Contract Replacement of Eaton Electrical Cabinets
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of electrical cabinets at the Lakemont and Viera Campuses in Florida. The project entails replacing three electrical cabinets at the Lakemont Campus and two at the Viera Campus with new, durable, outdoor-rated models, to be completed within 60 days post-award. This procurement is crucial for maintaining safety and compliance with local electrical codes, while also supporting the government's commitment to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must adhere to specific qualifications and submit proposals by the designated deadlines; for further inquiries, contact Stephen Mancuso at Stephen.mancuso@va.gov. The estimated economic scope of the work is approximately $19 million.
Lakemont & Viera Contract Replacement of Eaton Electrical Cabinets
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement and installation of Eaton electrical cabinets at the Orlando VA Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors. The project is crucial for maintaining the operational integrity of electrical systems within the facility, ensuring that essential services remain uninterrupted. Interested parties should note that a site visit is scheduled for April 16, 2025, and the deadline for submitting questions has been extended to April 18, 2025. For further inquiries, potential bidders can contact Stephen Mancuso at Stephen.mancuso@va.gov.
BB Renovate Lake Nona Building 1 Women's Health
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for the renovation of the Lake Nona Building 1 Women's Health Clinic at the Orlando Veterans Affairs Medical Center. This project involves the comprehensive renovation of approximately 8,272 square feet of existing administrative space, requiring expertise in architectural, structural, mechanical, plumbing, electrical, and low-voltage work, all while ensuring minimal disruption to ongoing medical services. The estimated construction cost ranges from $1,000,000 to $5,000,000, with a performance period of 270 calendar days post-award, and the solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Aldwyn Singleton or Ana R Vazquez for further details.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
BB - Renovate 3D for Cardiology Service
Buyer not available
The Department of Veterans Affairs is seeking proposals for the renovation of the electrical system in the kitchen at the Malcom Randall VA Medical Center in Gainesville, Florida. This project, designated under contract number 36C24825R0011, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated cost range of $500,000 to $1,000,000. The renovation is crucial for ensuring minimal disruption to hospital operations while adhering to construction wage rates and affirmative action employment goals. Interested parties must submit their proposals electronically, demonstrating relevant past performance and technical qualifications, with evaluations occurring in two phases. For further inquiries, contact Calixte Saintil at Calixte.Saintil@gmail.com or by phone at 813-944-0324.
Y1DA--CON-NRM 648-20-119 Correct Electrical FCA Deficiencies (Portland)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to address electrical deficiencies at the Portland VA Medical Center (VAMC) in Portland, Oregon. The project involves providing all necessary labor, materials, and equipment to correct identified electrical deficiencies as outlined in the draft Statement of Work, with a focus on upgrading electrical power distribution systems based on recent assessments. This initiative is crucial for enhancing the safety and operational efficiency of veteran healthcare facilities, with an estimated project magnitude between $10 million and $20 million. Interested firms must respond to the Sources Sought notice by April 28, 2025, and provide relevant company information, capabilities, and past performance examples to Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov.
J059--FY25 - New Jersey Electrical Distribution System (B+OPT4) Lyons VA Medical Center and East Orange VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking proposals for electrical distribution system maintenance at the Lyons and East Orange VA Medical Centers in New Jersey, specifically set aside for Service-Disabled Veteran-Owned Small Businesses. The contract encompasses comprehensive preventive maintenance, testing, and servicing of electrical systems, ensuring compliance with NFPA and VA regulations, with a performance period from April 1, 2025, to March 31, 2026, and options extending through 2030. This initiative is crucial for maintaining operational integrity and safety within veteran healthcare facilities, emphasizing the importance of high standards in electrical system management. Interested vendors must submit their proposals by 3:00 PM EDT on April 14, 2025, and can direct inquiries to Contract Specialist Michael N Estep at Michael.Estep2@va.gov.
Z1DA--632-15-101 REPLACE PRIMARY ELECTRICAL DISTRO, PH 1
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace the primary electrical distribution system at the Northport VA Medical Center in New York, designated as Project No. 632-15-101. The project involves demolishing existing electrical infrastructure, constructing a new switchgear building, and installing new electrical distribution systems, with a focus on maintaining operational continuity for the medical facility throughout the construction process. This initiative is crucial for modernizing the electrical systems to enhance service delivery for veterans, while ensuring compliance with safety and environmental standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by July 15, 2024, and can contact Contract Specialist Jean M. Paul at jean.paul@va.gov or 934-816-8054 for further details.
H130--Amendment - Electrical Power Distribution System Testing for Grand Junction VAMC, Grand Junction, Colorado
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Electrical Power Distribution System Testing at the Grand Junction Veterans Affairs Medical Center in Colorado. The procurement aims to ensure the reliability and safety of electrical systems through comprehensive testing, inspection, and maintenance services, with a focus on compliance with safety standards and regulations. This initiative is critical for maintaining operational integrity within healthcare facilities, safeguarding both staff and patients from electrical hazards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 18, 2025, at 10:00 AM Mountain Time, with the contract valued at approximately $19 million. For further inquiries, potential bidders can contact Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825.
Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Emergency Electrical System Upgrades project (Project Number: 636-25-307) at the Omaha Veterans Affairs Medical Center in Nebraska. This project aims to address electrical deficiencies by replacing and installing critical electrical components, including conduits and junction boxes, with a focus on enhancing emergency power coverage for essential areas such as the inpatient kitchen and elevators. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a value between $500,000 and $1,000,000, with proposals due by April 22, 2025, and a mandatory site visit scheduled for March 26, 2025. Interested contractors should direct inquiries to Contract Specialist Tommy L Opal at Tommy.Opal@va.gov.