ContractSolicitation

Z1DA--598-19-112 Replace Underground 15kV Feeders and Transformers-NLR

DEPARTMENT OF VETERANS AFFAIRS 36C25626R0023
Response Deadline
May 20, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through the Central Arkansas Veterans Healthcare System in North Little Rock, Arkansas, is seeking a contractor to replace underground 15kV feeders and transformers for Project 598-19-112. The work covers replacement of underground medium-voltage feeders and separable connectors, transformers, manholes and splices, and related electrical infrastructure, including sectionalizers and associated structural repairs. The project requires careful phasing and coordination with VA personnel, with outage work limited to weekend windows and temporary generator power needed for mission-critical buildings, and it must comply with applicable electrical, safety, and environmental standards. The procurement is described as a total SDVOSB set-aside, and the current offer receipt deadline is May 20, 2026 at 10:00 CDT, with amendment acknowledgment required.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

25 Files
598-19-112 SOW - Replace Underground 15kV Cables-NLR Final.pdf
PDF219 KBMay 8, 2026
AI Summary
The Central Arkansas Veterans Healthcare System (CAVHS) in North Little Rock, AR, is seeking a contractor for the "REPLACE UNDERGROUND 15kV Cables-NLR" project. This project addresses critical electrical infrastructure deficiencies, including aged transformers and splices on medium-voltage cables, aiming to improve reliability and code compliance. The scope involves installing four new sectionalizer cabinets, replacing 13.8kV splices, and a one-for-one replacement of 28 existing utility-grade transformers with new PME monitoring. Structural work includes concrete repairs, coating corroded hardware, and installing reinforced concrete slabs and bollards at sectionalizer and transformer locations. All work must be phased and coordinated with the Contracting Officer's Representative (COR), with power disconnection activities limited to Saturday and Sunday hours (7 AM Saturday to 7 PM Sunday) to minimize operational impact. Mission-critical buildings will require temporary power via generators during outages. The contractor is responsible for site preparation, demolition, furnishing labor and materials, and adhering to strict security, privacy, and information security requirements. The performance period is 365 calendar days from the Notice to Proceed, with a one-year warranty on workmanship.
36C25626R0023 0001.docx
Word17 KBMay 8, 2026
AI Summary
This document is an amendment to Solicitation Number 36C25626R0023 for the Department of Veterans Affairs. The amendment, identified as 0001, extends the hour and date for receipt of offers to April 17, 2026, at 10:00 AM CDT. The reason for this extension is to allow continued work on RFI (Request for Information) responses. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer submitted, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time and date may result in the rejection of an offer.
Attachment B - M O Standards.pdf
PDF633 KBMay 8, 2026
AI Summary
This Central Arkansas Veterans Health Care System (CAVHS) document outlines crucial maintenance and operations facility standards from April 2020. It specifies engineering, furnishing, and installation requirements for equipment, utilities, and appliances, addressing recurring issues in past projects. The document mandates specific building products, plumbing fixtures, HVAC equipment and controls, and electrical components, including detailed conduit color codes, lighting types, wiring devices, and power distribution equipment. Special systems like fire alarms, nurse call, and access control are also covered, along with communication, data, and wayfinding standards. Appendix A provides a list of preferred items, emphasizing standardization and cost considerations for substitutions. All work must adhere to current NEC, International Building Code, NFPA 99, NFPA 101, NFPA 70E, and VA Design Guidelines, with a one-year labor and parts warranty required.
598-19-112 Replace Underground 15kV Feeder and Transformers Specs Updated.pdf
PDF1769 KBMay 8, 2026
AI Summary
The "Replace Underground 15kV Feeder Separable Connectors and Transformers" project at the Eugene J. Towbin Healthcare Center in North Little Rock, AR, outlines the bid documents and specifications for replacing underground feeder splices, transformers, and installing new sectionalizers with necessary structural repairs. The project, identified as Project Number: 598-19-112, emphasizes strict adherence to safety, security, and environmental regulations, including OSHA and VA Lock-out Tag-out (LOTO) procedures, and EPA guidelines for PCB transformer disposal. Work requiring power outages must occur during specific weekend hours to minimize disruption, while other tasks can proceed during normal working hours. The contractor is responsible for comprehensive project management, including site preparation, coordination with VA personnel, security protocols, utility management, warranty administration, and providing as-built drawings and training. The project ensures the continued, safe operation of the medical center's electrical systems while modernizing critical infrastructure.
598-19-112 Replace Underground 15kV Feeders and Transformers.pdf
PDF7878 KBMay 8, 2026
AI Summary
The government file details the "REPLACE UNDERGROUND 15KV FEEDER SEPARABLE CONNECTORS AND TRANSFORMERS" project at the Eugene J. Towbin Healthcare Center in North Little Rock, AR. This project, identified as VA Project No. 598-19-112, involves replacing underground 15KV feeders and transformers, along with manhole refurbishment and the installation of sectionalizers. Key aspects include adherence to various building and electrical codes (e.g., NFPA 70-2023, ANSI C2-2020), specific design loads for structural elements, and detailed notes on concrete work, demolition, and equipment installation. Phasing notes emphasize coordination with VA personnel, restricted work hours for power disconnection, and provisions for temporary power to mission-critical buildings. The contractor is responsible for verifying existing conditions, coordinating with other trades, and ensuring compliance with all safety and regulatory procedures.
36C25626R0023.docx
Word25 KBFeb 10, 2026
AI Summary
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Project # 598-19-112, titled "Replace Underground 15kV Feeders and Transformers-NLR." This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB) for a Firm-Fixed Price construction contract. The project entails upgrading the 15KV Feed Loop at the Little Rock AR VA Medical Center, including all necessary labor, materials, tools, and equipment. The work also involves renovating intensive and critical care units in Building 100, encompassing general construction, demolition, architectural, mechanical, electrical, plumbing, medical gas, radiation protection, fire protection, and telecommunication work. The period of performance is 365 calendar days. Solicitation documents will be available electronically around February 25, 2026, as a Request for Proposals (RFP). The estimated magnitude of construction is between $5,000,000.00 and $10,000,000.00. Offerors must be registered with SBA VetCert, SAM, and have completed online Representations and Certifications, as well as being registered with NAICS code 238210.
36C25626R0023 0002.docx
Word17 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 16, has issued Amendment 0002 to Solicitation Number 36C25626R0023. This amendment, effective April 13, 2026, primarily extends the hour and date for the receipt of offers to April 30, 2026, at 10:00 CDT. The extension is due to ongoing work in answering Request for Information (RFI) questions. Offerors are advised to continue monitoring SAM.gov for further postings once the RFI responses are completed. This modification ensures that all potential bidders have adequate time to submit their offers after receiving clarifications to their questions. All other terms and conditions of the original solicitation remain unchanged.
15kv Site Visit sign in sheet.pdf
PDF626 KBMay 8, 2026
AI Summary
The document is an attendance sheet for site visits related to Solicitation 36C25626R0023, concerning projects titled “Replace 15kV Separable Connectors & Transformers” and “15KV Cables and Transformers.” The site visits occurred on December 26, 2003, at 11:00 hours, and December 2026, at 11:00 hours, respectively. The document explicitly states that discussions during these meetings are for informational purposes only and do not alter the official Solicitation Documents; offerors must rely on published amendments for official answers. The attendance sheets list individuals from various firms, including Qualus, Webb/Diversitet OWNen, AVIOR, Nabco, Redstone, VENERGY, Missioncritical, Kiholeste Electric, and VA representatives, along with their contact information, confirming their presence and adherence to site visit instructions.
Electrical Drawings T1_T14 Updates.pdf
PDF6557 KBMay 8, 2026
AI Summary
The project at Eugene J. Towbin Healthcare Center involves replacing underground 15KV feeder separable connectors and transformers. The scope includes transformer replacement with new PME devices, refurbishment of manholes with cable splice replacements, and installation of sectionalizers with new concrete pads and duct banks. All work must comply with NFPA 70-2023, ANSI C2-2020, and applicable local codes. Phasing of the work is critical, requiring coordination with government personnel for power switching and conducting outages during specific weekend hours. Mission-critical buildings will have temporary power from generators during outages. The project also mandates adherence to VA and OSHA Lock-Out-Tag-Out procedures and field verification of existing conditions and feeder loops.
36C25626R0023 EXHIBIT F.docx
Word33 KBMay 8, 2026
AI Summary
The document, titled "598-19-112 CON 15KV Feeder Loop" (36C25626R0023), is an Exhibit F: Request for Information (RFI) Form. It outlines the process for submitting pre-proposal inquiries for a federal government procurement. The form specifies that all inquiries must be submitted via email to andrew.misfeldt@va.gov using an editable version of the provided form. Companies are required to identify their name, the person submitting the question, their phone number, and the date of the inquiry. Inquiries should be numerically sequenced, with space provided for multiple questions (RFI #1, #2, #3, etc.) and additional space as needed. The document is marked "FOR OFFICIAL USE ONLY" and "Source Selection Sensitive Information—See FAR 2.101 & 3.104," indicating its restricted nature within the federal acquisition process. Its purpose is to standardize and manage communication between potential offerors and the government regarding the 15KV Feeder Loop project.
36C25626R0023 EXHIBIT B.docx
Word28 KBMay 8, 2026
AI Summary
The document, titled "PAST AND PRESENT PERFORMANCE QUESTIONNAIRE," is a critical component of the United States Department of Veterans Affairs (VA) contract requirement 36C25626R0023, for the 598-19-112 CON 15KV Feeder Loop project. This questionnaire is designed to gather performance information about a contractor from their past performance reference contacts. The contractor is responsible for completing the "CONTRACTOR INFORMATION" section and forwarding the form to their references. The reference contacts, in turn, are instructed to complete the "RESPONDENT INFORMATION" and "PERFORMANCE INFORMATION" sections, rating the contractor's performance on various criteria using a 1-6 scale (Unsatisfactory to Neutral/Exceptional). Narrative explanations are required for ratings of 1 or 2. The completed form must be sent directly to the Contract Specialist, Andrew Misfeldt (Andrew.misfeldt@va.gov), by the proposal receipt deadline. The questionnaire covers aspects such as management, personnel, quality control, problem-solving, adherence to schedules, financial responsibility, and overall performance, including questions about cure notices and willingness to re-award contracts.
36C25626R0023 EXHIBIT A.docx
Word49 KBMay 8, 2026
AI Summary
The document, Exhibit A for solicitation 36C25626R0023, outlines the Performance Relevancy Survey for the 598-19-112 CON 15KV Feeder Loop project. It requires offerors to submit information on up to five relevant projects completed within the last five years, detailing their role (prime or subcontractor), contract value, completion status, and reasons for any delays or liquidated damages. Offerors must also provide a detailed description of the work performed, classifying its relevance as "Very Relevant," "Relevant," or "Somewhat Relevant" based on scope, magnitude, and complexities. Additionally, the survey requests information on liquidated damages incurred, problems encountered and corrective actions taken, professional awards, unique skills, and technical areas relevant to the solicitation, including work performed by subcontractors. Offerors are responsible for ensuring their references submit questionnaires by the solicitation's close.
WD AR20250032.pdf
PDF1880 KBMay 8, 2026
AI Summary
The General Decision Number: AR20250032 outlines prevailing wage rates and labor standards for building construction projects in Pulaski County, Arkansas, effective September 19, 2025. This decision supersedes AR20240032 and excludes single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended). The document also includes an annual adjustment for these rates and provides information on Executive Order 13706, which mandates paid sick leave for federal contractors. Specific wage rates and fringes are listed for various trades like Boilermaker, Electrician, Plumber, and Laborer. It explains identifiers for union, union average, survey, and state-adopted rates, and details the wage determination appeals process through the WHD Branch of Wage Surveys, WHD Branch of Construction Wage Determinations, Wage and Hour Administrator, and Administrative Review Board.
36C25626R0023_1.docx
Word137 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) is seeking proposals for Project #598-19-112, titled "Replace Underground 15kV Feeders and Transformers-NLR." This procurement, a total Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under Public Law 109-461, requires contractors to furnish all labor, tools, materials, equipment, and supervision. The estimated project magnitude is between $5,000,000 and $10,000,000, with a NAICS code of 238210 (Electrical Contractors and Other Wiring Installation Contractors) and a size standard of $19 million. Key requirements include SDVOSB certification, submission of VAAR Clause 852.219-75, and adherence to specific proposal preparation guidelines, including safety records, EMR, and various certifications. Proposals are due by April 2, 2026, at 10:00 AM CDT, via email. A mandatory site visit is scheduled for March 12, 2026, at 11:00 AM. Evaluation criteria include technical approach, professional qualifications and experience, past performance, and price, with all non-price factors combined being approximately equal to price in importance. The contract type will be Firm-Fixed-Price.
201033-0001-E702N.pdf
PDF435 KBMay 8, 2026
AI Summary
This document is an electrical equipment list detailing various components within a power distribution system. It includes specifications for multiple buses (e.g., BUS-SS2-A, BUS-D/GJ, BUS-ED/GH) with their voltage, amperage, and three-phase short-circuit current (Isc 3P). The file also lists numerous circuit breakers (CB) from SQUARE D with their models and trip ratings, as well as several transformers (TR) specifying kVA, impedance, primary and secondary voltages, and Isc 3P. Various cables (CBL) are detailed by their AWG size and length. Additionally, the document identifies automatic transfer switches (ATS) with their amperage, fuses (FS) from BUSSMANN with models and trip ratings, and several motors for elevators, exhaust fans (RF), and supply fans (SF) with their horsepower and kilowatt ratings. The document also includes details on medical vacuum, medical air, air compressors, and jockey pumps. The comprehensive nature of this list suggests it is a technical specification for an electrical infrastructure project, likely for an RFP or similar government procurement.
201033-0001-E704N.pdf
PDF380 KBMay 8, 2026
AI Summary
This document is an electrical one-line diagram detailing the power distribution systems across multiple buildings, including BLDG 80, BLDG 159A, BLDG 159B, BLDG 89A, BLDG 89B, BLDG 76, BLDG 90, BALLFIELD, BLDG 200, BLDG 201, BLDG 168, and BLDG T100. It specifies transformers (kVA, Z%, primary/secondary voltages, Isc 3P), generators (kW, voltage), automatic transfer switches (ATS), main distribution panels (MDPs), switchgear, circuit breakers (model, trip current), fuses, and associated cabling (size, length). The diagram also includes details on various buses with their voltages, amperages, and Isc 3P ratings, and utility connections. The purpose of this document is to provide a comprehensive overview of the electrical infrastructure, which is critical for planning, upgrades, maintenance, and ensuring compliance in federal and state/local government facility projects.
201033-0001-E706N.pdf
PDF400 KBMay 8, 2026
AI Summary
The provided document is an electrical one-line diagram detailing the power distribution systems for multiple buildings and transformers. It outlines various transformers (e.g., XF-BLDG 34, XF-BLDG 190, XF-BLDG 103, XF-BLDG 115), their kVA ratings, impedance percentages (Z%), primary and secondary voltages, and three-phase short-circuit currents (Isc 3P). The document also meticulously lists main distribution panels (MDPs), associated circuit breakers (CBs) from manufacturers like GE, Square D, Cutler-Hammer, and Siemens, and connecting cables (CBLs) with their wire sizes and lengths. Additionally, it specifies various electrical buses (BUS) with their voltage, amperage, and short-circuit current ratings, and includes details for automatic transfer switches (ATS) and generators (GEN) in buildings like 26 and 1154. This comprehensive electrical blueprint is crucial for understanding the power infrastructure of the described facilities, likely serving as a foundational document for federal RFPs related to electrical system upgrades, maintenance, or new installations.
201033-0001-E701N.pdf
PDF412 KBMay 8, 2026
AI Summary
The provided document,
201033-0001-E703N.pdf
PDF392 KBMay 8, 2026
AI Summary
The provided document is an electrical one-line diagram, detailing the power distribution and associated equipment across multiple buildings, including BLDG 13, BLDG 14, BLDG 24, BLDG 40, BLDG 60, BLDG 69, BLDG 102A, BLDG 102B, BLDG 41, BLDG 101, BLDG 58A, and BLDG 58B. It outlines transformers (XF), primary and secondary voltages, kVA ratings, impedance percentages (Z%), and three-phase short-circuit currents (Isc 3P). The diagram also specifies various circuit breakers (CB) from manufacturers like SQUARE D, SIEMENS, and CUTLER-HAMMER, including their models and trip ratings. Bus bars (BUS) are detailed with their voltage, amperage, and short-circuit current ratings. Additionally, the document lists cable (CBL) specifications, including wire gauge, number of conductors, and length, connecting different components. Generators (GEN) are identified with their voltage and kW ratings. Uninterruptible Power Supplies (UPS) are also mentioned, along with automatic transfer switches (ATS) and disconnect switches (SW). The diagram presents a comprehensive overview of the electrical infrastructure within these buildings, crucial for understanding the power system's configuration and fault current levels.
201033-0001-E705N.pdf
PDF407 KBMay 8, 2026
AI Summary
The document provides a detailed electrical one-line diagram showing the power distribution system across multiple buildings (BLDG 36, 182, 66, 68A, 68B, 111, 170). It outlines transformers (e.g., XF-BLDG 36, XF-BLDG 182, XF-BLDG 66, XF-BLDG 68A, XF-BLDG 68B, XF-BLDG 111, XF-170-SS1-A/B, XF-170-SS2-A/B), automatic transfer switches (ATS-36, ATS-111, ATS-66), main distribution panels (MDPs), buses, circuit breakers (CBs), and associated cabling (CBLs) with their specifications. The diagram includes voltage levels (13800V, 480V, 208V), kVA ratings, impedance percentages (Z%), short-circuit current (Isc 3P) values, and fuse switch (FS) details. Emergency power systems with generators (GEN-111, GEN-170-NORTH) are also depicted. The file details the interconnected electrical infrastructure, including various circuit breaker models and trip ratings from manufacturers like GE, Square D, Siemens, Cutler-Hammer, and Westinghouse, as well as Bussmann fuse models. This comprehensive electrical blueprint is essential for understanding the power supply, distribution, and safety mechanisms within these government facilities.
36C25626R0023 0003.docx
Word576 KBMay 8, 2026
AI Summary
This government file, Amendment of Solicitation/Modification of Contract 36C25626R0023 P0003, from the Department of Veterans Affairs, outlines an extension for offers and addresses numerous Bidder RFI questions concerning an electrical infrastructure upgrade project. The main purpose is to clarify the scope of work for replacing transformers, manholes, and splices/separable connections. Key clarifications include extending the offer receipt date to May 13, 2026, confirming primary transformer voltage is 13.8kV, requiring dedicated SSHO and QCM roles, and specifying NETA testing once per completed loop. The document also addresses details regarding grounding, cable replacement, temporary generators, metering systems, SCADA integration, and the use of equivalent products for obsolete components, while reiterating adherence to the Buy American Act provisions.
36C25626R0023 EXHIBIT E.docx
Word30 KBMay 8, 2026
AI Summary
This document, Exhibit E (Surety Form) for RFP 36C25626R0023, is a critical component for federal government contractors involved in the 598-19-112 CON 15KV Feeder Loop project. It is to be completed by a surety and submitted by the offeror as part of the technical proposal. The form requires detailed information about the contractor and their surety, including bonding history, financial limits for single and aggregate projects, and past performance. Specifically, it asks about the duration of bonding services, the contractor's rating, and whether the surety has ever had to complete a project for the contractor. It also inquires about liability insurance refusals and any complaints or payments made by the surety to subcontractors or suppliers due to non-payment by the contractor. This form is used to assess the financial stability and reliability of the contractor, ensuring they have adequate bonding and a good track record, which is essential for government contracts to mitigate risks and ensure project completion.
36C25626R0023 EXHIBIT C.docx
Word27 KBMay 8, 2026
AI Summary
The document, Exhibit C – Subcontractor Information and Consent Form (36C25626R0023) for Project #598-19-112, outlines the requirement for subcontractors and teaming partners to provide consent for the release of their past performance information to the prime contractor. This consent is crucial because the government cannot disclose such information to a private party (the prime contractor) without explicit permission. The form requests details from both the subcontractor/teaming partner and the prime contractor, including firm name, contact information, and DUNS/Cage Codes. By signing, the subcontractor/teaming partner acknowledges the government's emphasis on past performance for source selections and grants permission for their performance data to be discussed with the prime contractor during the source selection process. Additionally, the form requires a reference list detailing past contracts, roles, work performed, and contact information for reference points.
36C25626R0023 0005.docx
Word17 KBMay 8, 2026
AI Summary
This government file, an Amendment of Solicitation/Modification of Contract (Standard Form 30), pertains to solicitation number 36C25626R0023 issued by the Department of Veterans Affairs. The primary purpose of this amendment is to extend the hour and date for the receipt of offers to May 20, 2026, at 10:00 CDT. This extension is granted to allow for the posting of possible clarification documents to assist in bid formulation. The document specifies that offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter or electronic communication. Failure to acknowledge receipt prior to the extended deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
36C25626R0023 EXHIBIT D.docx
Word29 KBMay 8, 2026
AI Summary
This document is a Contractor Evaluation Form for Construction Safety, part of the 598-19-112 CON 15KV Feeder Loop project (36C25626R0023). It requires contractors to provide detailed safety information for the years 2023-2025, including number of man-hours, cases involving days away from work/restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate based on OSHA 300 Forms. Contractors must also disclose the number of serious, willful, or repeat OSHA violations within the last three years, providing explanations for any violations. The form mandates the submission of OSHA 300 and 300a Forms. Additionally, it asks for the administrator of the company's Safety and Health Program and their current Insurance Experience Modification Rate (EMR). An EMR greater than 1.0 requires a written explanation from the insurance carrier, including reasons for the rate and the anticipated date for reduction to 1.0 or below. This form is marked "FOR OFFICIAL USE ONLY" and "Source Selection Sensitive Information."

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 10, 2026
amendedAmendment #1Mar 3, 2026
amendedAmendment #2· Description UpdatedMar 31, 2026
amendedAmendment #3Apr 2, 2026
amendedAmendment #4· Description UpdatedApr 13, 2026
amendedAmendment #5· Description UpdatedApr 28, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateJun 19, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)

Point of Contact

Contract Specialist
Andrew T Misfeldt

Official Sources