J059--657-25-104, Conduct 3-Year Electrical Test, Maintenance and Repairs Report
ID: 36C25525R0019Type: Solicitation
AwardedMar 10, 2025
$280.1K$280,079
AwardeeWILLIAM HENDERSON, LLC LOCKHART 32810 FLK
Award #:36C25525C0016
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for a contract to conduct a three-year electrical test, maintenance, and repairs report at the St. Louis VA Health Care System's John Cochran and Jefferson Barracks Divisions. This project, designated as Project 657-25-104, aims to ensure the safety and reliability of the electrical systems, which include over 700 panels and various transformers and switchgear, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement process will utilize the Lowest Price Technically Acceptable (LPTA) method, with proposals due by February 6, 2025, at 2:00 PM CST, following a mandatory site visit on January 7, 2025. Interested bidders can contact Contract Specialist Lucia A. Cowsert at lucia.cowsert@va.gov for further details.

    Point(s) of Contact
    Lucia A CowsertContract Specialist
    lucia.cowsert@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting offers for a construction contract for Project 657-25-104, which involves conducting a 3-Year Electrical Test, Maintenance, and Repairs Report at the St. Louis VA Health Care System's John Cochran and Jefferson Barracks Divisions. This project is set aside for service-disabled veteran-owned small businesses and aims to ensure the safety and reliability of electrical systems, which include over 700 panels and various transformers and switchgear. Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method, focusing on offerors' past performance, technical experience, qualifications of key personnel, and safety plans. A mandatory site visit is scheduled for January 7, 2025. The bidding process requires submission of a detailed proposal by January 23, 2025, at 2:00 PM CST, including performance and payment bonds. Additionally, all pricing must reflect completion of work in accordance with specified standards and include applicable state and local taxes. This initiative underscores the VA's commitment to maintaining high safety and performance standards while fostering small business participation within federal contracting processes.
    The Presolicitation Notice outlines a request for proposals (RFP) for conducting a 3-Year Electrical Test, Maintenance and Repairs Report at the VA St Louis Health Care System. This project involves testing and maintaining over 700 electrical panels, transformers, generators, and other electrical components across the John Cochran and Jefferson Barracks Divisions in St. Louis, Missouri. The work must adhere to established standards and is primarily to be conducted outside regular hours due to the hospitals' operational demands. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a project cost estimated between $250,000 and $500,000. The contractor must complete the work within a year following the notice to proceed, submit a comprehensive report post-testing, and engage in good project management practices concerning power outages. Interested parties are encouraged to review the solicitation, which will be available for download by December 16, 2024, and submit proposals by January 23, 2025. The government reserves the right to conduct discussions but generally intends to award the contract based on the lowest price meeting technical requirements. Registration in the System for Award Management (SAM) is mandatory for bidders.
    This document serves as an amendment to solicitation number 36C25525R0019 issued by the Department of Veterans Affairs for Project 657-25-104, focused on conducting a three-year electrical test, maintenance, and repairs report. Key modifications include rescheduling the pre-bid site visit to January 13, 2025, at designated locations in St. Louis, MO, and extending the due date for proposals to February 6, 2025, at 2:00 PM CST. Additionally, all questions from bidders must be submitted in writing by January 17, 2025, at 2:00 PM CST. The amendment aims to facilitate participation by altering critical dates and clarifying the bidding process. All original terms and conditions of the solicitation remain unchanged, ensuring continuity in the bidding procedure. This amendment is part of the broader federal government efforts to conduct maintenance work while adhering to procedural timelines and communication protocols.
    The document presents a draft submission entitled "Shock Hazard and Arc Flash Analysis" related to the Jefferson Barracks project under the U.S. Department of Veterans Affairs (VA). It outlines the electrical systems and equipment specifications across multiple buildings in the St. Louis Healthcare System. The key focus is on conducting a detailed analysis to identify potential electrical hazards and ensure safety protocols are implemented during operations to prevent shock or arc flash incidents. The file includes various electrical equipment schedules, transformer details, and specifications for panelboards, along with associated voltages, phases, and amperage ratings. The engineering and technical services aim to comply with VA standards, ensuring that all electrical installations are conducted safely and effectively. This document signifies the VA's commitment to maintaining high safety standards in its facilities while adhering to federal regulations and guidelines for electrical system management.
    The document pertains to the Electrical Plans and Shock Hazard and Arc Flash Analysis for the VA St. Louis Healthcare System, indicating a detailed submission prepared by K.E.B. The project focuses on the electrical infrastructure within the facility, including the development of several electrical drawings for various building levels, comprehensive equipment schedules, and safety analyses. The key components include the various electrical panelboards, generator schedules, transformer specifications, and automatic transfer switches, detailing their voltage, amperage, and type to ensure compliance with safety regulations and operational requirements. The document emphasizes critical safety measures such as the Shock Hazard and Arc Flash Analysis, aiming to mitigate risks associated with electrical distribution and equipment. With a final submission date set for November 22, 2024, this project underscores the VA's dedication to enhancing healthcare system safety and efficiency through meticulous planning and comprehensive documentation of electrical systems. It reflects a commitment to maintaining high standards for facility infrastructure in alignment with federal guidelines.
    The document outlines the campus site plan for the Jefferson Barracks within the VA St. Louis Health Care System, detailing current infrastructure and future development projects. Key components include outpatient clinics, inpatient mental health facilities, prosthetics, and various administrative and support services. Each building is assigned a specific number and includes associated emergency generator installations to ensure operational reliability. The plan illustrates notable areas such as the canteen, library, auditorium, and community care spaces, emphasizing a comprehensive healthcare environment for veterans. Additionally, there are defined construction zones and parking areas to facilitate ongoing projects while maintaining accessibility. The document demonstrates the VA's commitment to enhancing healthcare facilities for veterans through structured planning and investment in infrastructure, ensuring a sustainable and service-oriented environment.
    The document outlines the parking lot schedule and building layout for the John Cochran Campus of the VA St. Louis Health Care System. It categorizes parking spaces by designation, including areas for patients, visitors, and employees, while noting several restricted and under-construction lots. Key facilities on the campus are detailed along with their respective functions, such as medical media, research, and emergency services. Visual elements like a site plan and color-coded parking designations (yellow for employee, blue for patient) are included for clarity. The document emphasizes the infrastructure requirements associated with the campus' operations and ongoing constructions, reflecting the Department of Veterans Affairs' commitment to maintaining and improving healthcare facilities. This schedule aids in managing parking and facilitating access to vital services, aligning with the broader goals of federal RFPs and grants focused on healthcare facility enhancement.
    The document outlines an amendment to solicitation 657-25-104 for conducting a three-year electrical test, maintenance, and repairs report under the Department of Veterans Affairs. The amendment includes the addition of a pre-bid conference agenda and attendance roster. The project has an estimated cost range of $250,000 to $500,000 with a completion time of 365 days post notice to proceed. It is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), enforcing stringent compliance measures such as not exceeding 85% subcontracting to non-SDVOSB firms and a requirement for a bid bond of 20%. The procurement process follows the Lowest Price Technically Acceptable (LPTA) approach, without discussions, necessitating detailed proposals that must adhere to specific technical criteria and provide comprehensive labor/material breakdowns. Proposals are due by February 6, 2025. The document emphasizes compliance with the Buy American Act and Davis-Bacon Act, indicating that all contractors must be aware of these legal requirements when submitting proposals. Potential bidders are encouraged to review all related amendments via SAM.gov to ensure accurate proposal submission and adherence to all project specifications and timelines.
    The document outlines an amendment for the solicitation 657-25-104 regarding a three-year electrical test, maintenance, and repairs report for the St. Louis VA Medical Center. The purpose is to address bidders' questions, provide updated wage determinations, and include recent test reports for two divisions. Clarity is given on the recognition of NICET certifications as equivalent to NETA requirements, with an emphasis on specific qualifications for contractors to demonstrate. The amendment includes detailed responses covering testing protocols, scheduling expectations, and the requirement for bid guarantees. This solicitation amendment reflects the federal government's approach to maintain high standards in contractor qualifications and ensure compliance with wage regulations as outlined under various executive orders. The document’s structure sequentially addresses queries while solidifying the expectations for proposal submissions, ensuring contractors adhere to safety standards and adequate experience within the electrical testing domain, thereby contributing to successful project execution in line with federal mandates.
    The Project Test Report provides findings from electrical testing and maintenance conducted at the Veterans Affairs Medical Center in St. Louis from June 21 to July 27, 2022, under Contract No. 36C25222P0290. It includes inspections of various electrical components and systems, identifying several critical issues such as outdated Arc Flash Risk Assessments, aged and deteriorated electrical equipment, adverse environmental conditions, and improper safety clearances around electrical installations. Key recommendations encompass comprehensive updates to risk assessments, timely replacement of obsolete equipment, and improvements in maintenance protocols. The report emphasizes the need for immediate attention to ensure safety and reliability in the electrical distribution system while outlining projected costs for implementation. By showcasing the outcomes and necessary corrective actions, the report aligns with government objectives for enhancing infrastructure safety and compliance in federal installations.
    The Project Test Report details the maintenance, inspection, and testing of the Electrical Power Distribution System at the Veterans Affairs Medical Center's John Cochran Division in St. Louis, conducted from October 16 to 26, 2022, under Contract No. 36C25222P0290. Provided by SDV Services Inc., the work adhered to industry standards and guidelines, focusing on several key components including electrical testing, thermographic inspections, and repair cost projections. Major findings included outdated arc flash risk assessments, protective device coordination issues, and the poor condition of various vital electrical system components, all exceeding their recommended service life. The report emphasizes the need for urgent upgrades and replacements, particularly in substation systems, to prevent hazardous failures. Specific recommendations span from conducting arc flash analyses and updating electrical drawings to replacing aging equipment and ensuring protective measures against water leaks. Overall, the document outlines a comprehensive plan to enhance safety and reliability, presenting estimated costs for proposed improvements, reflecting a rigorous approach to electrical maintenance and system enhancement.
    The document outlines a pre-bid meeting and walkthrough for a project focused on conducting a three-year electrical test, maintenance, and repairs report for the St. Louis Health Care System under the Department of Veteran Affairs (VA). Scheduled for January 13, 2025, at 8:30 AM, it includes an attendance roster with key personnel from the VA and their contact details. The meeting involves representatives from various departments who are gathering to discuss project specifics and requirements. This initiative underscores the VA's commitment to maintaining electrical systems in their health care facilities, ensuring safety and compliance with regulations. The collective efforts of the attendees indicate a thorough approach to the electrical maintenance needs of the St. Louis VA Health Care System.
    Similar Opportunities
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    J061--AMENDMENT 0001 TO CLARIFY RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and its community-based clinics. This procurement aims to establish a 5-year multiple award BPA, valued at under $5,000,000, covering low and medium voltage electrical systems, including emergency repairs with a required 2-hour response time. The selected contractors must hold current electrical and business licenses in Washington D.C., and all work must comply with VA regulations, including wage determinations and staffing requirements. Quotes are due by January 5, 2026, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or call 410-641-2411.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2 million and $5 million and a completion timeline of 365 calendar days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further information.
    J061--FY 26 Services (Base+?) - NYH Triennial Electrical Power Distribution System Maintenance and Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified businesses to provide Triennial Electrical Power Distribution System Maintenance and Testing services for the New York Harbor VA Medical Center. The procurement includes one base year of services in 2026, with the potential for four additional option years, requiring licensed professionals experienced in electrical testing and maintenance in accordance with ANSI/NETA MTS and VHA Directive 1028. Interested parties must submit their company information, business type, capability statement, and subcontracting plans by December 19th, 2025, at 12:00 pm EST, via email to Contract Specialist Nathan Northrup at nathan.northrup@va.gov. The NAICS code for this opportunity is 811310, with a small business size standard of $12.5 million.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.