Z1DA--658-25-104 |Install UPS for Interventional Radiology|36C24625Q0441
ID: 36C24625Q0443Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to install an Uninterruptible Power Supply (UPS) system for the Interventional Radiology department at the Salem Veterans Affairs Medical Center. The project, under solicitation number 36C24625Q0441, aims to enhance power supply reliability for critical medical equipment, with an estimated construction cost between $200,000 and $250,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative underscores the importance of maintaining operational efficiency in healthcare services for veterans, ensuring that essential radiology equipment remains functional during power outages. Proposals are due by April 8, 2025, and interested parties should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further information.

    Point(s) of Contact
    Taneil C CrumpContract Specialist
    Taneil.Crump@va.gov
    Files
    Title
    Posted
    The document presents wage determinations for heavy construction projects in Virginia, specifically for Botetourt, Craig, Franklin, and Roanoke Counties, including the independent cities of Roanoke and Salem. It outlines compliance requirements under the Davis-Bacon Act, necessitating contractors to pay workers at least the minimum wage rates dictated by Executive Orders 14026 and 13658. Depending on the contract's timing, different minimum wage rates apply—$17.75 or higher for contracts awarded from January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists specific classifications and wage rates for various roles such as electricians, laborers, and operators alongside their associated fringe benefits. It further provides guidance on the appeals process for wage determinations, outlining steps for interested parties wishing to contest findings regarding wage rates. Additionally, it stresses contractor responsibilities under Executive Order 13706 concerning paid sick leave for contracted workers. It serves as an essential reference for federal and state contractors involved in heavy construction, ensuring adherence to labor standards and wage rates.
    The Department of Veterans Affairs (VA), specifically the Veterans Health Administration's Network Contracting Office 6 in Asheville, NC, plans to negotiate a sole source Firm-Fixed Price contract for construction period services related to the installation of an Uninterruptible Power Supply (UPS) for Interventional Radiology at the Salem VA Medical Center. This sole source procurement is justified under 10 U.S.C. 2304(a)(1) and FAR 6.302-1. The announcement serves informational purposes and is not a solicitation for competitive bids. Interested firms capable of fulfilling the requirements must express their interest within ten days by contacting the designated Contracting Officer, Ms. Taneil Crump. Firms must indicate their business size and ownership status, specifically whether they are a large, small, disadvantaged, woman-owned, U.S., or foreign-owned entity. Responses will not incur costs for the government. The synopsis is non-binding and does not create an obligation for the government to procure services. The response deadline is set for April 30, 2025, at 10 AM Eastern Time.
    The document outlines a solicitation for construction services related to the installation of an Uninterruptible Power Supply (UPS) at the Salem Veterans Affairs Medical Center (VAMC). The project, under solicitation number 36C24625Q0443, aims to enhance power supply reliability for Interventional Radiology equipment within the facility, with an estimated construction cost between $200,000,000 and $250,000,000. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include the contractor's responsibility to submit performance and payment bonds and maintain compliance with safety and environmental regulations, particularly avoiding OSHA or EPA violations. Proposals must include verification of registration in the System for Award Management (SAM) and similar documentation related to safety records and business qualifications. A pre-bid conference is scheduled to familiarize prospective bidders with the site and requirements, and proposals are due by April 8, 2025. The submission process includes specific certifications and formats, emphasizing adherence to federal acquisition regulations and the importance of constructing quality improvements in compliance with veteran service needs. This document exemplifies the federal procurement process aimed at enhancing health services for veterans through upgraded facility infrastructure.
    The Salem VAMC is issuing a request for construction services to install an Uninterruptible Power Supply (UPS) system for the Interventional Radiology department in Building 2A, Room G031. The project includes the demolition of existing partitions and flooring containing asbestos, which will be completed by others prior to the contractor's work. The contractor will be responsible for constructing a UPS room, installing new flooring and finishes, providing electrical connections to the existing radiology equipment in Room G033, and integrating supplemental air conditioning to manage the heat load from the UPS. The Government will furnish the UPS unit, specifically a Socomec model with a capacity of 75 kVA, designed to operate fully for 20 minutes during power outages. This project is governed by specific contract clauses related to the storage and handling of Government Furnished Equipment (GFE) and includes a "Duty to Report" requirement for any observed fraud, waste, or abuse during construction. This initiative reflects the VA's commitment to ensuring reliable power for critical medical equipment, enhancing operational efficiency in the radiology department.
    The document outlines the specifications and general requirements for a construction project involving the installation of a UPS for Interventional Radiology at a VA medical center. The contractor is responsible for comprehensive site preparation, including the demolition of existing structures and the installation of a new UPS unit alongside supplemental HVAC and connections for radiology equipment. Important considerations include safety regulations, construction security, operations, and waste management. Detailed sections address the need for procedures related to contractor compliance with safety requirements, construction standards, and the management of materials and utilities. Additionally, a thorough accident prevention strategy and activity hazard analysis must be employed to mitigate risks during the project. The importance of maintaining ongoing communication with the contracting officer, adhering to specified timelines, and ensuring minimal disruption to medical services is highlighted. Overall, this document emphasizes the critical nature of compliance, security, and safety in executing construction tasks within a healthcare environment, reflecting the Navy's approach to federal and state contracting processes.
    Similar Opportunities
    J047--Repair/Upgrade Medical Air, Gas, and Vacuum Systems - 552-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair/Upgrade Medical Air, Gas, and Vacuum Systems" project (Project No. 552-25-505) at the Dayton VA Medical Center in Ohio. This federal contract, valued between $500,000 and $1,000,000, specifically aims to replace critical medical air compressor units, medical vacuum pumps, N2O & N2 manifolds, and master alarm panels across three buildings, ensuring compliance with NFPA 99-2024 standards. The project is vital for maintaining the operational integrity and safety of medical services provided at the facility, which includes essential infrastructure for patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids, including a bid guarantee and required certifications, by November 19, 2025, at 10:00 AM EST, following a pre-bid site visit scheduled for October 29, 2025. For further inquiries, contact Contract Specialist Tiffany A Rausch at Tiffany.Rausch@va.gov.
    J059--BK/SA Electrical ITM Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide electrical system inspection, testing, and maintenance services at the Brooklyn VA Medical Center and St Albans Community Living Center. The procurement aims to ensure the operational integrity and safety of various electrical assets, including switchgear, transformers, circuit breakers, and generators, with a focus on compliance with NFPA and OSHA standards. This contract is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a total estimated value of $19 million over a base year and four option years. Interested vendors must submit their quotes by November 12, 2025, at 4:30 PM EST, and can direct inquiries to Contract Specialist Christopher J Weider at Christopher.Weider@va.gov.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    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.
    Renovate Interventional Radiology Suites (Construction Services)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    Install Electrical Generator Fisher House
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of a new 200 KW electrical generator at the Fisher House located at Audie L. Murphy Hospital in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, equipment, and supervision for site preparation, demolition, and installation of the generator and associated components, ensuring compliance with stringent safety and environmental standards. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with proposals due by November 21, 2025, at 3 PM CDT. Interested parties should contact Horacio Fernandez at horacio.fernandez@va.gov or 254-421-4096 for further details.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Renovate Building 143 4J Shower Floors" project at the Salem VA Medical Center, which is set aside for Service-Disabled Veteran-Owned Small Businesses. The project aims to renovate 20 patient bathrooms by addressing water flow issues and enhancing safety through the demolition of existing flooring, installation of new barrier-free tile systems, and upgrades to mechanical and electrical systems. This renovation is crucial for maintaining a safe and operational environment within the medical center, which operates 24/7. Interested contractors must submit electronic bids by December 15, 2025, with a final bid deadline of December 16, 2025, at 10:00 AM EST, and are required to comply with various federal regulations, including SAM registration and adherence to Buy American provisions. For further inquiries, contact Chanel C Johnson at Chanel.Johnson@va.gov.
    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 project titled "Replace MDP Panel Bld 89" at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project involves replacing aging main distribution panels and renovating the associated electrical space, with a contract value estimated between $1,000,000 and $5,000,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement emphasizes compliance with federal regulations, including the Buy American Act and Davis-Bacon Act, and requires detailed proposals that include a breakdown of labor and material costs, safety plans, and adherence to strict construction protocols. Proposals are due by December 10, 2025, with a mandatory site visit scheduled for October 28, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further information.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a significant utility upgrade project at the Grand Prairie VA facility in North Texas, designated as Project No. 549-23-723. This project encompasses comprehensive civil, mechanical, electrical, and structural upgrades, including the demolition of existing infrastructure, installation of new utilities, and the construction of a utility yard for the PACT and Dental Clinics, with a performance period of 548 calendar days. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 236220, with an estimated contract value ranging from $1,000,000 to $5,000,000. Proposals are due by December 2, 2025, at 1:00 PM CST, and interested parties are encouraged to attend a mandatory site visit on November 14, 2025, at 1:00 PM CST, with requests for information (RFIs) due by November 21, 2025. For further inquiries, contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov.
    J047--Repair/Upgrade Medical Air, Gas, and Vacuum Systems - 552-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Repair and Upgrade of Medical Air, Gas, and Vacuum Systems at the Dayton VA Medical Center, specifically in buildings 310, 320, and 330. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves replacing outdated medical air compressors, vacuum pumps, and alarm panels, while ensuring compliance with NFPA 99-2024 standards and maintaining continuous operations through temporary systems. The estimated contract value ranges from $500,000 to $1,000,000, with bids due by November 19, 2025, at 10:00 AM EST, and interested contractors must submit their proposals via email to Tiffany Rausch at tiffany.rausch@va.gov. A mandatory pre-bid site visit is scheduled for October 29, 2025, and contractors are required to adhere to various federal regulations, including safety protocols and veteran employment reporting.
    Z2DA--590-24-115 Public Address System
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 6 (NCO 6), is seeking qualified vendors for the installation of a Valcom IP600 Public Address System at the Hampton VA Medical Center as part of project 590-24-115. The procurement aims to identify sources capable of providing Brand Name or Equivalent items, specifically Valcom components, for a construction project estimated to cost between $1,000,000 and $2,000,000. This project is critical for enhancing communication systems within the facility, ensuring compliance with the necessary specifications and standards. Interested vendors must submit their responses by December 5th, 2025, at 4:30 PM EST, and direct inquiries to Contract Specialist Aaron Holmes at aaron.holmes@va.gov and Contracting Officer Madeline Lucea-Pulst at madeline.lucena-pulst@va.gov.