J059--Repair Deficiencies Found In Tri-Annual Inspections
ID: 36C25024Q1036Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

    The Department of Veterans Affairs is seeking contractors to address deficiencies identified during tri-annual inspections at the Dayton Veterans Administration Medical Center. The procurement involves repair services for various electrical assets, including the north 15KV switchgear and transformer bushings, with an estimated total award amount of $19 million and a completion timeframe of 90 days from the issuance of the task order. This initiative is crucial for maintaining the operational integrity and safety of the facility's electrical infrastructure, ensuring compliance with industry standards and minimizing risks associated with electrical failures. Interested contractors should submit their proposals electronically by the specified deadline and may contact Contract Specialist Mary Jane Crim at MaryJane.Crim@va.gov for further information.

    Point(s) of Contact
    Mary Jane CrimContract Specialit
    MaryJane.Crim@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for triennial deficiency repairs at the Dayton VA Medical Center, as outlined in solicitation number 36C25024Q1036. This request for quotation (RFQ) is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC) that are verified through the VetCert program. Interested vendors must be registered in the System for Award Management (SAM) database. The procurement falls under NAICS code 238210, which relates to Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $19 million. The applicable Product Service Code is J059, pertaining to maintenance, repair, and rebuilding of electrical and electronic equipment components. Responses to this solicitation are due by September 20, 2024, at 4 PM Eastern Time, and the contract will be overseen by the Network Contracting Office (NCO 10) located in Kettering, Ohio. Overall, the document serves to inform potential contractors about the repair requirements and submission protocols while emphasizing the VA's commitment to supporting veteran-owned businesses.
    The document outlines a Request for Quote (RFQ) by the Department of Veterans Affairs for triennial deficiency repair services at the Dayton VA Medical Center. The government aims to secure a contractor who will provide all necessary personnel, labor, materials, and equipment for the execution of the repairs, ensuring compliance with safety and operational standards. The total award amount for the project is estimated at $19 million, with a completion timeframe of 90 days from the issuance of the task order. Key tasks outlined in the Statement of Work include conducting safety assessments, identifying workflow and traffic setups, and testing various structures and equipment to ensure they meet necessary standards. Furthermore, the contractor is responsible for the maintenance and safety of the work environment, complying with OSHA and EPA regulations. The selection process will prioritize technical capabilities, past performance references, and pricing as evaluation criteria. A site visit is scheduled to allow bidders to gain insight into the required work. All proposals must be submitted electronically by the due date, along with the necessary documentation and certifications.
    This government document details an amendment to a solicitation (36C25024Q1036) issued by the Department of Veterans Affairs Network Contracting Office (NCO) 10, addressing questions from vendors regarding a project and providing necessary documentation. The amendment extends the deadline for offers and includes a Triennial Deficiency Report, which outlines required repairs for competitive bids. The document contains responses to vendor inquiries, clarifying aspects of the project such as the replacement of equipment (north 15KV switchgear and transformer bushings) and the timing of work to minimize disruptions. A copy of the Triennial Deficiency Report is attached to assist contractors. The Contracting Officer, Mary Jane Crim, oversees the compliance and completion of this amendment, ensuring transparency and guidance for potential contractors participating in the bidding process. The overall purpose of the amendment is to provide clarity and further information to facilitate informed bidding and uphold project standards.
    The document outlines the electrical testing and maintenance performed at the Dayton Veterans Administration Medical Center on various electrical assets, including the 69-kV substation and associated transformers. The primary focus was on preventive maintenance to ensure operational integrity through testing of insulation systems, functioning mechanisms, and overall electrical performance. Key findings reveal that most assets meet or exceed industry standards, with particular attention on circuit switchers and oil-filled transformers showing good insulation resistance and power factors within acceptable ranges. Detailed analysis provided insights into the transformer insulation conditions, moisture content, and the effectiveness of the electrical insulation systems. The insulating oil quality was assessed, indicating satisfactory dielectric strength and acceptable moisture levels. However, a few transformers displayed concern over high moisture content and rising power factors, suggesting potential risks. The report serves as a critical resource for maintaining safety and performance in electrical infrastructure, emphasizing the importance of routine testing and proper maintenance protocols to support the operational needs of the facility, ensuring compliance with safety standards, and minimizing risks associated with electrical failures. This analysis supports the government's commitment to uphold service quality and operational readiness in healthcare environments.
    Similar Opportunities
    J061--Replace Transformers (550)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of transformers at their facilities, specifically under solicitation number 36C25224Q0771. The project requires the provision of a generator for temporary power, with specific voltage requirements of 277/480V and a kW demand of 365 KVA, as all transformers are located outdoors. This procurement is critical for maintaining reliable power distribution and ensuring the operational integrity of the facilities. Interested vendors must submit their quotes by September 23, 2024, at 9:30 a.m., and can direct inquiries to Contract Specialist Erika A Cannaday at erika.cannaday@va.gov.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    C1MZ--652-24-101 Improve Electrical Distribution (A/E Contract)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to improve electrical distribution at the Richmond VA Medical Center in Virginia. The project aims to enhance emergency power distribution to critical areas such as operating rooms, ICU headwalls, and the Emergency Department, requiring comprehensive design services that include site investigations, schematic design, and construction documentation. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract value estimated between $2 million and $5 million, and a design completion period of 280 calendar days following the Notice to Proceed. Interested firms must submit their qualifications via electronic SF 330 forms to Contract Specialist Robert J Ragos by September 27, 2024, and are encouraged to confirm receipt of their submissions.
    H261--GENERATOR LOAD BANK PM & SERVICE CONTRACT l STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on preventative maintenance and load bank testing of generators at the St. Louis VA Medical Center. The contract aims to ensure compliance with regulatory standards, including those set by the National Fire Protection Association and the Joint Commission, while maintaining the operational readiness of critical equipment. With an estimated total award amount of approximately $22 million, the contract includes a guaranteed minimum payment of $50,000 and a ceiling of $1,020,000 over its duration. Interested contractors should contact Hubert W. Scipio at hubert.scipio@va.gov or call 913-946-1957 for further details regarding the solicitation process.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    Z1DA--541-23-209 Upgrade Facility Lighting VAMC Cleveland
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contract Office 10, seeks upgrades to lighting systems at the Cleveland VA Medical Center (LSVSMC), specifically on the third floor of the CARES Tower. The goal is to enhance lighting in patient rooms, corridors, and support areas while ensuring uninterrupted patient care through careful phasing and infection control measures. This combined synopsis and solicitation notice is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a Veterans' First Program mandate, requiring bidders to acknowledge receipt of the amendment by the initial deadline, August 14, 2024, which has since been extended to October 15, 2024. The upgrade project focuses on improving visibility in healthcare spaces, excluding areas like stairwells and undercabinet lighting. It entails careful planning, including demolition and the provision of labor, materials, and equipment, adhering to VA protocols, wage mandates, and "Buy American" statutes, with an expected contract value between $500,000 and $1 million. Contact Terence L James at Terence.James@va.gov or 216-447-8010 for more information. Offerors should note the extended bid deadline and provide a copy of the site visit sign-in sheet to be considered.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank, adhering to VA regulations that necessitate third-party inspections every six years. The selected contractor must provide certified technicians skilled in non-destructive testing methods, including wet magnetic particle and ultrasonic testing, and is responsible for all necessary equipment and documentation of inspection results. The total award amount for this contract is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R. Thompson at margaret.thompson@va.gov for further information.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    J059--Request for Quotes | Replace Two Automatic Transfer Switches (ATS) Huntington VAMC 581-25-1-507-0003
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the replacement of two automatic transfer switches (ATS) at the Hershel “Woody” Williams VA Medical Center in Huntington, West Virginia. The project requires a vendor to provide all necessary labor, parts, and travel to install new ATS internals into existing cabinets, ensuring that the installation is completed on a predetermined Saturday to minimize disruptions. This initiative is part of the VA's commitment to maintaining and upgrading its infrastructure to support veteran services, with a total award amount of $19 million and a project timeline from October 15, 2024, to October 14, 2025. Interested vendors, particularly service-disabled veteran-owned small businesses (SDVOSBs), should contact Contracting Officer Bill Pratt at Billie.Pratt@va.gov or 410-642-2411 for further details.