J061--AMENDMENT 0002 - ANSWERS TO RFIS AND EXTEND RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
ID: 36C24526Q0114Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance and repair services at the Washington DC VA Medical Center and its community-based clinics. The procurement encompasses low and medium voltage electrical systems, including emergency, normal, and after-hours repairs, with a contract period spanning from January 15, 2026, to January 14, 2031. This opportunity is particularly significant as it aims to ensure the reliability and safety of electrical systems critical to healthcare operations, with a total estimated value of under $5 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 8, 2026, at 10:00 AM EST, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov.

    Point(s) of Contact
    Bill PrattContracting Officer
    (410) 642-2411
    Billie.Pratt@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is crucial for ensuring the reliability and safety of the electrical distribution system, which is vital for the operation of the medical facility. Interested parties must submit their proposals by the extended deadline of January 8, 2026, at 10:00 AM PST, and should direct inquiries to Contract Specialist Alan C Perez at alan.perez@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    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.
    VAMC El Paso Electrical Equipment Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the VAMC El Paso Electrical Equipment Service contract, which involves comprehensive maintenance, inspection, testing, and repair of critical electrical distribution systems and associated facilities. The contractor will be responsible for annual maintenance of electrical distribution equipment, photovoltaic solar systems, and diesel engine generators, with additional preventative maintenance requirements every three and five years. This contract is vital for ensuring the operational integrity of essential electrical infrastructure, particularly given that the majority of the equipment listed is categorized as critical. Proposals are due by January 27, 2026, and will be evaluated based on technical capability, past performance, and price, with a site visit scheduled for January 13, 2026. Interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or by phone at 254-421-6661 for further information.
    H961--Triennial Electrical Power Distribution System Testing Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Triennial Electrical Power Distribution System Testing Services at the Tuscaloosa VA Medical Center in Alabama. This procurement is a firm-fixed-price contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring contractors to be verified in the VetCert database and registered in SAM.gov, with relevant certifications and at least five years of experience in electrical system maintenance for healthcare facilities. The services include comprehensive inspections, testing, and maintenance of electrical distribution equipment, ensuring compliance with NFPA, NETA, OSHA, and VA standards, with a requirement for a detailed report within seven days of service completion. Interested parties must submit their quotes by January 15, 2025, and direct any questions to Contract Specialist Jessica Cummings by January 9, 2025, at Jessica.Cummings3@va.gov.
    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--PM DIESEL GENERATORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance and emergency services for diesel generators at the VA San Diego Healthcare System. This contract, designated under NAICS code 811310, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base period from February 2, 2026, to February 1, 2027, with four optional one-year extensions, potentially extending the total duration to five years. The services are critical for ensuring the operational reliability of power distribution equipment, which is vital for healthcare facilities. Interested vendors must submit their offers by January 12, 2026, at 1:00 PM MST, and are encouraged to register for a mandatory pre-proposal site visit scheduled for December 29, 2025. For further inquiries, vendors can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    J061--UPS Preventive Maintenance for Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Uninterruptible Power Supply (UPS) preventive maintenance services at the Bedford VA Medical Center in Bedford, MA. The procurement requires two maintenance visits per year—one semi-annual and one annual—for UPS systems located in Buildings 3 and 61, with a contract period consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability of power systems that support critical medical operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 29, 2025, at 12 PM EST, and are required to provide a Price Schedule and Past Performance Worksheet as part of their proposal. For further inquiries, contact Juliette Buchanan at juliette.buchanan@va.gov.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.
    Electrical Distribution System Condition Assessment/ARC Flash
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an Electrical Distribution System Condition Assessment and Arc Flash Study at the Honolulu Veterans Affairs Medical Center (VAMC) in Hawaii. The objective of this procurement is to enhance the safety and reliability of the electrical systems, ensuring compliance with relevant standards such as NFPA 70E and VHA Directive 1028, while also updating electrical documentation and evaluating existing equipment. This project is critical for maintaining operational readiness and safety in a healthcare environment, as it addresses potential arc flash hazards and ensures proper coordination of electrical components. Interested Service-Disabled Veteran-Owned Small Businesses must submit their responses by January 6, 2026, at 15:00 PST to Victoria Torres at victoria.torres@va.gov, with any questions due by December 9, 2025.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.