AMENDMENT 0001 to Clarify RFQ Due Date Electrical BPA Washington DC VAMC 36C24526Q0114 is an amendment to a previous combined solicitation, clarifying the Request for Quote (RFQ) due date. The amendment, issued by the Department of Veterans Affairs, sets the new response date and time as January 5, 2026, at 10:00 AM Eastern Time, New York, USA. The solicitation is for an electrical Blanket Purchase Agreement (BPA) at the Washington DC VAMC, under NAICS code 238210 (Electrical Contractors) and set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contracting office is located in Perry Point, MD, and the point of contact for inquiries is Contracting Officer Bill Pratt (Billie.Pratt@va.gov, 410-641-2411). The place of performance is 50 Irving Street NW, Washington DC 20422. This amendment ensures all potential bidders are aware of the correct submission deadline.
This document is an amendment to a Request for Quotes (RFQ) from the Department of Veterans Affairs, specifically for electrical repair and installation services at the Washington DC VAMC. The primary purpose of Amendment 0001 is to confirm and clarify the correct due date for quotes, which is now January 5, 2026, at 10:00 AM. It also directs all offerors to use the updated RFQ document: "36C24526Q0114_01-05-2026_USE THIS RFQ" and to submit all quotes to Billie.Pratt@va.gov. The RFQ outlines a comprehensive scope of work for both low voltage (120/208V and 277/480V) and medium voltage (13.8KV) electrical repairs and installations, including switchgear, substations, transformers, breakers, relays, and lighting. Services are categorized into normal work hours, after-hours, and emergency repairs (with a 2-hour response time). The contract includes a base period from January 15, 2026, to January 14, 2027, and four optional one-year periods extending through January 14, 2031. The NAICS code for this procurement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) and the Product/Service Code is J061 (Maintenance, Repair, and Rebuilding of Equipment - Electric Wire and Power Distribution Equipment). All other terms and conditions of the original solicitation remain unchanged.
Amendment 0002 to solicitation 36C24526Q0114 addresses questions from Request for Information (RFI) and extends the due date for the Electrical Blanket Purchase Agreement (BPA) at the Washington D.C. VA Medical Center. The amendment provides answers to RFIs and includes several attached documents such as "Task Order Closeout - Quality Certification," "PCRA and ICRA Requirements," "VHA ICRA-1.3 Dec 9 2024 -Blank Sample FOR LEVEL IV," "DIAGRAM FOR PARTICLE COUNT MANOMETER. AIR SCRUBBER," and "ANSWERS TO RFI QUESTIONS." The response date is extended to January 8, 2026, at 10:00 AM Eastern Time. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is managed by the Department of Veterans Affairs VISN 5 Contracting Satellite Office.
Amendment 0002 for Solicitation 36C24526Q0114, issued by the Department of Veterans Affairs, extends the quote due date to January 8, 2026, at 10:00 AM EST. This amendment also provides answers to Requests for Information (RFIs), and includes detailed requirements for PCRA and ICRA, an ICRA sample template, a diagram for particle count manometer/air scrubber, and a task order closeout and quality certification document example. The solicitation is for electrical repair services, covering both low and medium voltage systems, including normal, after-hours, and emergency repairs, with contract periods spanning a base year and four option years, from January 15, 2026, to January 14, 2031. No other terms or conditions of the original solicitation have been changed.
The Department of Veterans Affairs (VA) is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and community-based clinics. This 5-year multiple award BPA, with an estimated value under $5,000,000, covers low and medium voltage electrical systems, including emergency repairs with a 2-hour response time. The prime contractor must hold current electrical and business licenses in Washington D.C., and all subcontractors and journeymen must be appropriately licensed and certified. The VA emphasizes the use of current equipment and proprietary software is not allowed. Task orders will be firm-fixed-price, and contractors must comply with wage determinations. A site visit is scheduled for December 16, 2025, and all quotes are due by January 5, 2026, at 10 AM EST.
The Department of Veterans Affairs is soliciting quotes for a Blanket Purchase Agreement (BPA) for electrical repair and services at the Washington DC VA Medical Center. This Request for Quotes (RFQ) is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with a NAICS code of 238210. The solicitation number is 36C24526Q0114, and responses are due by January 5, 2026, at 10:00 AM Eastern Time. Bill Pratt is the contracting officer, and inquiries can be directed to Billie.Pratt@va.gov. Additional documents, including the full solicitation, wage determinations, and a VA campus map, are attached to the notice.
The Department of Veterans Affairs (VA) is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance and repair services at the Washington DC VA Medical Center and its community-based clinics. This 5-year multiple award BPA, valued at less than $5,000,000, covers low and medium voltage electrical systems, including emergency, normal, and after-hours repairs. Contractors must be licensed in Washington D.C., and all subcontractors and their employees must hold appropriate licenses and certifications. The prime contractor is responsible for a one-year warranty on all installed materials, equipment, software, and labor. Task orders will be firm-fixed-price, with pricing based on established hourly rates. The solicitation emphasizes compliance with VA regulations, timely responses to emergency repairs, and strict adherence to staffing requirements, including specific journeyman-to-apprentice ratios. Invoices must be submitted electronically.
The document provides answers to Requests for Information (RFIs) regarding a VA solicitation. Key points include clarification that the opportunity is a tiered evaluation, open to all socio-economic quotes (SDVOSB, VOSB, SMALL, and LARGE businesses), with an anticipation of 4-6 vendors on the Blanket Purchase Agreement (BPA), including 1-2 certified SDVOSBs. Shipping costs can be included in material costs. The project involves approximately 10 oil-filled transformers and 4 substations. Preference will be given to veteran-owned companies that self-perform work. All requirements and documentation are listed in the solicitation, specifically the SOW and section E.2. Billing rates will be fixed for the BPA, established upfront in section B.2 PRICE/COST Schedule Item Information, and apply to all hours, including after-hours and emergency work. Unforeseen rates require approval. Work assignments for task orders will be sent to all BPA holders simultaneously for quoting based on established rates. CPARS will be used for performance evaluation. Task order details will be provided for work completion, quality control, and safety reporting. Contractors can request rate adjustments for affected labor categories if wage determinations are updated during the fixed-price BPA, with notification to the contracting officer. All invoices must be submitted electronically through Tungsten at the completion of task order work, reviewed for accuracy, and certified in IPPS for payment within 30 days.
This government file details specifications and requirements for an air quality monitoring system, likely for a federal or state facility, emphasizing infection control in areas where air cannot be exhausted externally. It outlines the need for a manometer in an ante-room, visible from the corridor, to continuously monitor negative pressure. The document specifies a multi-stage filtration system including pre-filters, medium filters, and HEPA filters, all requiring regular checks and replacement. It also provides detailed information on the GrayWolf PC-3500 Handheld Particle Meter or comparable products, which measures particulate matter from 0.3 um to 25.0 um with a 0.1 CFM flow rate. This device can record data every 8 hours as required by VA Infection Control, and includes features for real-time monitoring, data storage, and compliance with ISO and JIS standards. The file underscores the importance of precise air-flow management and particulate monitoring in controlled environments.
Electrical work in VA Medical Centers requires adherence to strict safety and clinical standards, primarily guided by the Pre-Construction Risk Assessment (PCRA) and the Infection Control Risk Assessment (ICRA). The PCRA focuses on building safety, utility continuity, and life safety, addressing potential impacts like utility disruptions, fire-rated penetrations, noise, and security. The ICRA prioritizes patient health and dust containment, categorizing tasks into four risk classes (I-IV) with increasing requirements for containment, negative air pressure, and HEPA filtration, especially for immunocompromised patients. Mandatory documentation for permits includes Safety Data Sheets, OSHA certifications, HEPA certifications, and daily logs. Specific protocols for ICRA Class III tasks, such as barrier installation, negative air machine deployment, pressure monitoring, and meticulous cleanup, are detailed. VA inspectors emphasize thorough cleanliness, including above-ceiling areas. This framework ensures electrical contractors maintain safety, prevent infection, and comply with rigorous VA standards.
The document outlines the wage determination under the Service Contract Act, specifying the minimum wage rates that contractors must pay workers for contracts signed or renewed after January 30, 2022 ($17.75 per hour) or those awarded earlier ($13.30 per hour). It details various occupations and their respective pay rates, emphasizes annual adjustments to the minimum wage, and outlines benefits including health, vacation, and sick leave requirements. Additional regulations and procedures for classifications not listed are also covered, ensuring compliance with wage determinations and necessary conformance processes.
This document outlines a closeout checklist and quality certification for electrical task orders at VA Medical Centers (VAMC), ensuring compliance with regulatory requirements such as NFPA 70 (NEC) and NFPA 99 (Health Care Facilities Code), and VHA Standards. It details steps for task completion, quality control, and safety reporting, including the status of as-built drawings, O&M manuals, and the completion of 'Punch List' items. The certification requires documentation of Interim Life Safety Measures (ILSM), Infection Control Risk Assessment (ICRA), and various electrical work permits. An attached Exhibit A provides a detailed electrical compliance punch-list covering grounding, receptacle testing, labeling, LOTO removal, panel clearance, GFCI testing, and firestopping. The document concludes with instructions for the Government QA Walkthrough, emphasizing verification of energized work, ILSM sign-off, and digital submission of test results.
The provided document is a campus map detailing the layout of a medical facility, likely a VA hospital, given the context of government RFPs and grants. The map illustrates various buildings, including the Main Hospital (Bldg. 01), Admin. Office (Bldg. 17), Fisher House (Bldg. 16), Research (Bldg. 04), and Clinical Research Center (Bldg. 14). It also shows multiple parking lots (Lot 1 through Lot 10, Lot 2 East, Lot 2 West, Lot 7, Lot 8, Lot 9, and the Parking Garage Bldg. 15, Employee Parking Garage Bldg. 06), major surrounding streets (1ST STREET N.W., IRVING STREET N.W., MICHIGAN AVENUE N.W., NORTH CAPITOL STREET), and key entrances (Main Entrance, North Entry, South Entry, EMS Entrance, Bldg. 6 Entrance). The map includes directional information such as one-way traffic, valet drop-off, and the VA Shuttle Bus route. Additional points of interest are La Petite Day Care, the Transition & Care Management Center, Fisher House Parking, and the All Vets Healing Garden. The purpose of this map is to provide clear navigational information for visitors, patients, and staff within the campus, which is essential for operational efficiency and accessibility in a federal healthcare facility.
VHA Directive 1028 establishes policy for the installation, operation, testing, and maintenance of Facility Electrical Power Systems at VA medical facilities and affiliate sites. This directive, issued by the Department of Veterans Affairs, updates previous guidelines and incorporates national codes and standards from organizations like NFPA, The Joint Commission, and OSHA. Key responsibilities are outlined for various VA personnel, from the Under Secretary for Health to individual VA medical facility directors and engineering staff, ensuring compliance and safety. The directive emphasizes the importance of proactive planning, professional engineering design, and rigorous testing schedules for electrical systems, including emergency power and essential electrical systems. It also details procedures for de-energized and energized work, outlining safety protocols, required personal protective equipment (PPE), and training for qualified personnel. The goal is to ensure safe, reliable, and efficient electrical power systems while mitigating risks to patients, staff, and property.
The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3 (December 2024), provides a standardized framework for assessing and mitigating infection risks during construction, renovation, and maintenance activities within Veterans Health Administration facilities. It is a crucial tool for federal government RFPs and grants related to healthcare infrastructure. The template outlines a four-step process: categorizing the activity (A, B, C, or D based on scope and duration), identifying affected areas, determining patient risk categories (Low, Medium, High, Highest), and establishing the appropriate level of infection prevention and control precautions (I, II, III, or IV). Each precaution level mandates specific control measures, including dust control, HVAC system protection, waste containment, and critical barriers, with increasing stringency for higher risk activities and patient populations. Levels III and IV require an infection prevention and control permit. The document also details completion measures for each level, ensuring proper cleaning and system verification post-activity, and provides an alternative method for interior construction space exhaust when outdoor exhaust is not feasible.