Z1DA--658-25-104 |Install UPS for Interventional Radiology|36C24625Q0441
ID: 36C24625Q0443Type: Special Notice
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
    (757) 251-4073
    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
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. 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 bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--Replace MRI 1.5T
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace MRI 1.5T" at the Durham VA Health Care System in North Carolina. The project involves comprehensive construction services, including the removal of an outdated MRI machine and the installation of a new 1.5T MRI, while addressing critical deficiencies such as RF shielding, fire sprinkler systems, HVAC, and electrical outlets. This initiative is vital for modernizing imaging services for veterans, ensuring compliance with stringent safety and operational standards. Interested contractors should note that this is a Total SDVOSB Set-Aside opportunity, with a project magnitude between $500,000 and $1,000,000, and sealed bids are due by January 6, 2026, at 11:00 AM EST. For further inquiries, contact Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    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.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    J061--UPS IT Battery Maintenance Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System located in Biloxi, Mississippi. This presolicitation notice indicates a requirement for service, maintenance, and repairs of UPS IT equipment, emphasizing the importance of these services in supporting the healthcare system's operational integrity. A solicitation package will be released following this notice, and interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements to be eligible for award. For inquiries, contact D. Rene' Impey at rene.impey@va.gov or call 228-523-4747.