N059--Replace Damaged Electrical Wires for VA Livermore
ID: 36C26125R0023Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors for the replacement of damaged electrical wires at the VA facility in Livermore, California, under solicitation number 36C26125R0023. The project involves the installation of new electrical systems in compliance with stringent industry standards, including the use of copper conductors and adherence to safety protocols, with a focus on minimal disruption to facility operations. This initiative is crucial for maintaining the integrity and safety of electrical systems within the facility, ensuring compliance with federal regulations. Proposals are due by February 21, 2025, and interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), can contact Contract Specialist Corey R. Kline at corey.kline3@va.gov for further information.

    Point(s) of Contact
    Corey R. KlineContract Specialist
    7027919000 ext 13969
    corey.kline3@va.gov
    Files
    Title
    Posted
    The document outlines the project scheduling requirements for contractors engaged with the Department of Veterans Affairs (VA) through a formal Request for Proposal (RFP). It emphasizes the need for the contractor to utilize a Critical Path Method (CPM) to develop and maintain an up-to-date project schedule, which includes activities, event interdependencies, time durations, budget amounts, and completion percentages. The contractor must designate a representative for scheduling responsibilities and may hire outside consultants, subject to approval. Monthly submission of computer-generated schedules, including progress reports and documentation of changes, is required to facilitate payment requests. The contractor is responsible for ensuring schedule accuracy and compliance with contract stipulations, addressing any delays or required adjustments promptly and effectively. Additionally, the document stipulates detailed requirements for interim and final schedule submissions, cost data, and project completion monitoring, ensuring all work schedules are thoroughly documented for review and oversight. This structured approach aims to promote accountability and efficiency in project execution, essential in federal contracting settings.
    The document outlines safety requirements for construction and renovation projects, emphasizing compliance with various safety regulations, guidelines, and standards. It references relevant publications from organizations such as OSHA, NFPA, and ASTM, aimed at ensuring worker safety and health on project sites. Key components include defining roles for Competent Persons in safety oversight, mandatory training for workers, and the establishment of a detailed Accident Prevention Plan (APP). Safety and health inspections, safety meetings, and risk assessments are mandated to identify and mitigate hazards associated with construction activities, especially in sensitive environments like healthcare facilities. The document also stipulates personal protective equipment (PPE) requirements and emphasizes the importance of adhering to electrical safety standards. Overall, the guidance is designed to promote a safe working environment while fulfilling governmental safety and health obligations in construction projects. This reflects a crucial aspect of government RFPs, where thorough safety protocols are essential for both regulatory compliance and the well-being of personnel involved in the work.
    This document outlines the availability and sources of specifications and standards referenced in federal solicitations under FPMR Part 101-29. It details how to obtain these specifications through the General Services Administration (GSA) and other relevant organizations, including the Department of Veterans Affairs, which provides certain specifications at no charge. The document lists extensive resources categorized by various associations, such as the Aluminum Association, American Society for Testing and Materials (ASTM), and National Fire Protection Association (NFPA), among many others. These associations offer access to standards pertinent to construction and engineering projects. Moreover, it emphasizes that specifications not included in the GSA index may be examined at the Department of Veterans Affairs and outlines the contact information for inquiries. This information serves as a critical resource for contractors and stakeholders in navigating the regulatory landscape of federal procurement processes, ensuring compliance with established standards in project execution.
    This document outlines the requirements for electrical installations as part of a federal construction project, focusing on compliance with industry standards. It mandates the installation of electrical systems and equipment in accordance with detailed drawings and specifications, particularly emphasizing the need for materials to meet codes set by organizations like the NFPA, IEE, and UL. The document specifies that only copper conductors are acceptable, prohibits aluminum, and requires all components to be from recognized manufacturers with a successful operational history. It details test standards that must be met for safety certification, stipulates contractor obligations during electrical work—including safety measures for energized installations—and requires materials protection during storage and operation. It mandates a one-year warranty on all work performed and emphasizes the importance of coordination with existing systems. Finally, it underscores the need for comprehensive training for government personnel on the operation and maintenance of installed systems. This section serves as a crucial guideline ensuring safe and compliant electrical installations under federal contracts and grants.
    The Department of Veterans Affairs is seeking proposals for the replacement of damaged electrical wires at the VA facility in Livermore, California, under solicitation number 36C26125R0023. The response deadline for interested contractors is set for February 21, 2025, at 12:00 PM Pacific Time. This project is designated for Service-Disabled Veteran-Owned Small Business (SDVOSBC) participants and falls under the product service code N059, with the applicable NAICS code being 238210. The work will take place at the VA Livermore location, specifically at 4951 Arroyo Road, Livermore, CA 94550. Several associated documents have been provided to guide the bidding process, including project schedules, safety requirements, reference standards, and electrical installation criteria. Contractors can reach the Contract Specialist, Corey R. Kline, for inquiries via email at corey.kline3@va.gov. This solicitation is part of the VA's ongoing efforts to maintain and enhance facility infrastructure while ensuring compliance with safety standards and regulations.
    The document outlines a Divisional Cost Break-Out for the project of replacing damaged electrical wires at the VA Livermore facility. It details the cost structure across various divisions, including General Requirements, Existing Conditions, Earthwork, and Electrical work, while allowing for additional divisions as necessary. The budgetary categories include subtotal amounts, along with provisions for bonds and insurance, overhead, and profit, culminating in the total project bid amount. This structured approach is common in government Requests for Proposals (RFPs), ensuring transparency and clarity in project costing, thereby facilitating the evaluation and allocation of federal funds for maintenance and upgrades within VA facilities. The detailed breakdown underscores the systematic financial planning required for such renovation projects.
    The document outlines eligibility criteria for contractors participating in federal and state/local RFPs, emphasizing the importance of a strong safety and environmental record. To qualify for consideration and awards, contractors must have no more than three serious OSHA or EPA violations, one repeated violation, or one willful violation within the last three years. Additionally, contractors must possess an Experience Modification Rate (EMR) of 1.0 or lower. Offerors are required to submit a self-certification regarding their violation history on company letterhead and provide EMR details from their insurance carrier. Should the EMR exceed 1.0, a written explanation from the insurance provider is necessary, outlining reasons for the elevated rate and outlining plans for reduction. This document serves to ensure compliance with safety regulations, promote accountability, and implement standards that protect workforce safety in projects funded by government contracts.
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs for a construction project targeting the replacement of 2-gauge THHN wire at the Livermore facility in California. This solicitation, identified by number 36C26125R0023, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor is responsible for all aspects of the project, including personnel, materials, equipment, and ensuring minimal disruption. The project must commence and be completed within 30 calendar days following the notice to proceed, adhering to specific safety standards and a mandatory quality control process. The estimated contract value falls between $25,000 and $100,000, with performance and payment bonds required. Proposals are due by February 21, 2025, and must address several specific submission requirements, including a price proposal and certification of limitations on subcontracting. The evaluation will focus solely on price, favoring offers from verified SDVOSBs, highlighting the government's commitment to supporting veteran-owned businesses through this initiative.
    This amendment addresses the solicitation for the replacement of damaged electrical wires at the VA Livermore facility, identified by solicitation number 36C26125R0023. The document details responses to several Requests for Information (RFIs) regarding the cause of wire damage, necessary materials, and installation specifics. The damage resulted from aging wires and intrusion from tree roots, necessitating rewiring and installation of new grounding and conduit systems. Key clarifications include that a new grounding wire is required (not necessarily 2 AWG), the conduit should be 1¼ inch EMT type, and trenching may be conducted subject to a site survey to locate existing infrastructure. Additional queries addressed specifications like the approximate lengths of wire needed and conditions related to existing site structures. The information provided serves to assist contractors in preparation for their bids while ensuring compliance with electrical standards. This document signifies the commitment of the Department of Veterans Affairs to maintain and upgrade essential infrastructure in support of operational needs at the facility.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2DA--657-21-117JB, Correct Deficiencies Identified During Triennial Testing Phase 2
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract aimed at correcting electrical deficiencies identified during triennial testing at the Jefferson Barracks VA Medical Center in St. Louis, MO, under project number 657-21-117JB. The project involves extensive electrical work, including the replacement and installation of transformers and electrical panels across Buildings 18, 51, and 53, ensuring compliance with the National Electrical Code and VA safety regulations. This initiative is crucial for enhancing the safety and operational functionality of healthcare facilities for veterans, reflecting the VA's commitment to maintaining high standards in patient care environments. Proposals must be submitted electronically, with a budget between $100,000 and $150,000, and a mandatory site visit scheduled for early March 2025. Interested contractors should contact Jennifer A Sotomayor at jennifer.sotomayor@va.gov for further details.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    6110--676-22-122 Replace Electrical Switchgear
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable service for essential operations, as the existing equipment is outdated and prone to failure. This project is particularly significant for maintaining operational efficiency in a facility that serves veterans, reflecting the government's commitment to enhancing healthcare infrastructure. Interested parties must submit their bids by March 27, 2025, at 10:00 AM CT, and can direct inquiries to Contracting Officer Gregory T. Block at Gregory.Block@va.gov. The estimated budget for this project ranges between $1,000,000 and $2,000,000, and participation is limited to CVE-verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
    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 soliciting proposals for electrical distribution system maintenance at the New Jersey VA Healthcare System’s Lyons and East Orange campuses. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, requires comprehensive preventive maintenance, testing, and servicing of electrical systems and components, adhering to NFPA and VA regulations. The importance of this procurement lies in ensuring the reliable operation of critical electrical infrastructure within healthcare facilities, which is vital for patient care and safety. Interested vendors must submit their completed proposals by 3:00 PM EST on March 27, 2025, and direct any questions to Contract Specialist Michael N Estep at Michael.Estep2@va.gov by March 17, 2025.
    N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. This procurement aims to address essential construction needs, including site preparation, demolition of existing structures, and the provision of necessary labor and materials. The project is significant for maintaining and upgrading the facility to meet operational requirements, with an estimated cost between $1,000,000 and $5,000,000, classified under NAICS code 238210. A Request for Proposal (RFP) is expected to be issued on or about March 29, 2025, and interested contractors must submit a bid bond of at least 20% of their bid, capped at $3 million. For further details, potential offerors can access relevant documents through the beta.sam.gov website using solicitation number 36C24125R0038 and must be registered in the System for Award Management (SAM).
    Z2DA-- Install Fall Protection | Project #570-21-109 |Fresno VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation of fall protection systems at the Fresno VA Medical Center, identified under solicitation number 36C26125R0030. The project aims to enhance safety for maintenance personnel by installing guardrails, ladders, and tie-back anchors across multiple buildings, ensuring compliance with OSHA standards and VA regulations. This initiative underscores the VA's commitment to improving facility safety while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in federal contracting. Proposals are due by April 14, 2025, with an estimated contract value between $2 million and $5 million; interested vendors should direct inquiries to Contract Specialist Rosario E. Chaidez at Rosario.Chaidez1@va.gov.
    36C24225B0017 NextGen WiFi Upgrades Manhattan, St. Albans
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "NextGen WiFi Upgrades" project at the Manhattan and St. Albans VA Medical Centers, specifically targeting Service Disabled Veteran-Owned Small Businesses (SDVOSBs). This federal contract, valued between $100,000 and $250,000, aims to enhance the technological infrastructure of the facilities, ensuring improved connectivity and service delivery for veterans. Contractors will be required to comply with various federal regulations, including safety standards, wage determinations, and limitations on subcontracting, with a performance period of 70 days post-award. Interested parties must submit their proposals by March 27, 2025, and can contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further inquiries.
    Solicitation l 650-22-103 l Replace Primary Substation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new primary electrical substation at the Providence VA Health Care System in Rhode Island, designated as Project Number 650-22-103. This project aims to replace the existing main electrical substation while ensuring that the facility remains operational throughout the construction process, which includes site preparation, installation of new electrical systems, and demolition of the old substation. The initiative is critical for enhancing the electrical infrastructure to meet future demands and improve service delivery for veterans. Proposals are due by March 24, 2025, with an estimated funding range of $5,000,000 to $10,000,000, and interested parties should contact Ronald Fantasia at ronald.fantasia@va.gov for further information.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z2DA--512A5-22-704 - EHRM INSTALLATION OF NEXTGEN WIFI - SITE PREP PHASE (VA-25-00033391)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM NextGen WiFi installation project at the VA Maryland Health Care System, specifically at the Perry Point Campus. The project entails the installation of 74 Wireless Access Points (WAPs), approximately 6,700 linear feet of CAT 6A cabling, and 3,500 linear feet of metallic conduit, along with necessary infrastructure to ensure operational WiFi functionality. This initiative is crucial for enhancing healthcare services by modernizing the facility's telecommunications infrastructure while ensuring compliance with safety and security regulations. Interested contractors, particularly service-disabled veteran-owned businesses, must submit their proposals by the specified deadlines, with a mandatory site visit scheduled for March 13, 2025, and the contract duration set for 180 days from the notice to proceed. For further inquiries, contact Contract Officer Dirk A Webb at Dirk.Webb@va.gov.