STX Install Electrical Generator Fisher House
ID: 36C25725B0007Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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 soliciting proposals for the installation of a new 200 KW electrical generator at the Fisher House for Audie L. Murphy Hospital in San Antonio, Texas. The project requires the contractor to perform site preparation, including demolition, excavation, and installation of the generator and associated components, ensuring compliance with all relevant regulations and VA specifications. This installation is crucial for providing emergency power to the Fisher House facilities, enhancing operational reliability during utility outages. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by January 14, 2025, with an estimated project cost between $500,000 and $1,000,000. For further inquiries, contact Cheryl Clark at cheryl.clark4@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines a project to install a 200 KW electrical generator at the Fisher House for Audie L Murphy Hospital in San Antonio, Texas. The contractor is responsible for site preparation, including demolition of existing structures, excavation, and construction necessary for the installation of the generator, which will provide emergency power for two facilities. The scope includes compliance with all relevant regulations and VA specifications, coordination with existing utilities, and adherence to safety protocols. Key deliverables include a comprehensive Contractor Quality Control Plan, safety plan, proof of insurance, and complete operations and maintenance manuals. The project must be completed within 180 calendar days post-award, with daily progress reports required. The contractor is also responsible for addressing any false alarms during construction and ensuring minimal disruption to the hospital's operations. Additional specifications involve compliance with infection control measures, coordination of utility shutdowns, and the necessity for training on the new systems. This document demonstrates the VA’s commitment to improving its facilities while ensuring safety and compliance with regulatory standards throughout the construction process.
    The document outlines the plan for the installation of a new 200KW diesel-powered emergency generator at the Audie L. Murphy VA Hospital in San Antonio, Texas, intended to provide backup power for the Fisher House facilities during utility outages. The project involves detailed components including generator sizing, site design, installation of a concrete enclosure, a fuel tank, and an automatic transfer switch. The proposal emphasizes proper operational systems and ensures compliance with federal, state, and local construction codes, alongside industry standards. Additionally, the contractor must notify the Contracting Officer Representative (COR) of power outages during construction, with specific attention to minimizing disruption to hospital operations. Structural, civil, and electrical engineering responsibilities are delineated, indicating collaboration with multiple professionals to ensure successful execution. The document highlights safety measures, stringent adherence to building regulations, and coordination needs among contractors, further underscoring the VA’s commitment to enhancing facility resilience and operational reliability in emergency scenarios.
    The Fisher House Generator Redesign project (Project Number 671-22-139) involves comprehensive renovation and installation efforts to upgrade the electrical generator system at a Veterans Affairs facility in San Antonio, Texas. The project documentation delineates safety, construction management, and operational requirements, emphasizing the need for safety compliance and quality control. It outlines various divisions of work, including general requirements, electrical installations, and short-term project schedules utilizing the Critical Path Method (CPM). Contractors are responsible for complete site preparation, including demolition and civil works, while adhering to security protocols stipulated by the VA, which include specific measures for contractor access and environmental controls. A timeline of 365 days is designated for project completion, starting from the Notice to Proceed, along with stringent expectations for project management and reporting. The document serves as a detailed guideline for contractors to ensure they meet project specifications while upholding the ongoing operations of the Medical Center. The focus on quality assurance, regular monitoring, and prescribed phasing strategies underscores the importance of effective project execution in compliance with VA standards and regulations. Overall, the summary encapsulates the core objectives and operational framework necessary for the successful implementation of the Fisher House Generator Redesign project, as mandated by federal contracting protocols.
    The VHA Pre-Construction Risk Assessment (PCRA) serves as a guide for evaluating safety risks associated with construction, renovation, and maintenance activities in Veterans Health Administration facilities. This document outlines a template for determining the type of activity and associated precautions to protect patients, employees, and contractors. It emphasizes communication and coordination with affected areas before starting any work, and mandates that site-specific plans are developed. The PCRA categorizes work into three types: inspection/upkeep, small-scale, and large-scale construction, each requiring specific control measures to mitigate safety risks. Small-scale work includes minor updates and repairs, while large-scale projects involve extensive renovations and require detailed activity hazard analyses and plans to address risks such as asbestos and lead exposure. Adjacent area assessments are mandatory to minimize disruption to non-occupational facilities. The document underscores the importance of an Infection Control Risk Assessment (ICRA) for activities that may pose health risks. Overall, the PCRA aims to ensure that construction efforts in VA facilities adhere to both safety and health standards, prioritizing patient and staff welfare throughout the project duration.
    The VHA Pre-Construction Risk Assessment (PCRA) document outlines a structured approach for evaluating potential safety risks associated with construction, renovation, and maintenance activities within healthcare facilities. Its main objective is to establish minimum requirements for categorizing various activity types and the necessary precautions to protect patients, employees, and contractors from associated risks. The assessment incorporates specific control measures based on the activity type—ranging from minor inspections and upkeep to large-scale construction projects—each requiring tailored safety plans and thorough communication with affected areas. The document emphasizes the importance of coordinating activities to minimize disruptions and includes guidelines for related infection control risk assessments (ICRA). The permit section mandates that safety measures and control plans must be posted at the activity site, ensuring compliance and accountability throughout the project. This comprehensive risk assessment framework highlights the VHA’s commitment to maintaining safety standards during construction work, particularly in sensitive healthcare environments, while facilitating effective project management.
    This document outlines the wage determinations for construction projects in Bexar County, Texas, under the Davis-Bacon Act, effective November 8, 2024. It emphasizes the applicability of Executive Orders 14026 and 13658, relating to minimum wage rates for federal contracts: $17.20 per hour for contracts initiated or extended after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. The various classifications of laborers are listed with their corresponding wage rates and fringe benefits, highlighting that additional classifications may be added post-award if needed. The document provides mechanisms for appealing wage determinations and outlines contractor obligations regarding worker protections, including paid sick leave as mandated by Executive Order 13706. It serves to ensure compliance with federal wage laws and provides guidance for contractors involved in building construction in Texas. By cataloging wage rates and providing avenues for contesting determinations, it supports both workforce standards and contractor accountability, critical in the context of federal grants and RFPs in construction projects. Overall, this document is essential for ensuring fair labor practices in federally funded construction endeavors.
    The document outlines the procedures for calculating self-performed work by Offerors in compliance with the “Limitations on Subcontracting” as specified by VAAR 852.219-75. Offerors must provide a breakdown of their total proposal price, including costs for materials and projected payments to non-VetCert certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Specific percentage limitations are imposed on subcontracting in various contexts: a maximum of 50% for A/E-services, 85% for general construction (excluding material costs), and 75% for special trade construction. This emphasizes the requirement that a significant portion of the work must be conducted by the prime contractor to ensure adherence to veteran-focused legislation. The document serves as a guideline for Offerors to adhere to these regulations while submitting their proposals for federal contracts, particularly aimed at supporting veteran-owned businesses.
    The document pertains to a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for the installation of an electrical generator at the Fisher House in San Antonio, Texas (Solicitation Number: 36C25725B0007). This competitive requirement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $500,000 and $1,000,000. Key activities include a pre-bid site visit scheduled for December 2, 2024, and a deadline for submitting bids via email by January 9, 2025. Bid submission must adhere to detailed instructions, including the completion of various forms, such as the Standard Form 1442, and providing bid guarantees if bids exceed $150,000. The document outlines specifications for performance and payment bonds, safety standards, and compliance with occupational safety regulations. Additionally, it emphasizes the critical evaluation process for submitted bids and the criteria for award, which considers the lowest responsible bid with conforming proposals. Overall, this solicitation reflects the VA's aim to engage qualified contractors while ensuring adherence to federal procurement standards and supporting veteran business participation.
    The document outlines the Request for Information (RFI) responses regarding the electrical generator installation at Fisher House, addressing various contractor inquiries. Key points include the absence of hazardous materials, no required Infection Control Risk Assessment (ICRA), and the autonomy in subcontractor selection, provided they meet certification requirements. All work is to be done during normal hours unless otherwise coordinated. The existing conduits suffice for installation requirements, and parking provisions on-site will be limited. Additional details cover the responsibilities related to utility power interruptions, which are preferred to be scheduled on weekends, and the contractor’s obligation to fill the generator’s fuel tank after testing. The government will provide necessary badges for contractor staff while confirming that the use of Procore as a project management tool is not officially recognized. The document emphasizes tax exemption considerations for materials under Texas law and indicates a likely adjustment of the project timeline due to generator supply issues. As a whole, the file serves as a comprehensive guide for contractors involved in the project, detailing operational and regulatory requirements crucial for compliance and successful execution of the installation work.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically from the Network Contracting Office 17. The amendment's primary purpose is to correct an error in the PCRA attachment, indicating that on Page 5, "ICRA NOT required" should be marked. The corrected version of the document has been uploaded to the SAM.gov platform alongside this amendment. It emphasizes the requirement for offerors/bidders to acknowledge receipt of the amendment by specific methods, ensuring compliance before the submission deadline. The mention of the contracting officer, Makarim Abdul-Jabbar, signifies the official oversight and signifies the procedural importance of adherence to the outlined changes. This amendment illustrates the VA's commitment to maintaining accurate and updated solicitation documentation, which is critical for transparency and effective contract management in federal procurement processes.
    This document is an amendment related to a government solicitation for the Department of Veterans Affairs, specifically managed by Network Contracting Office 17. It primarily serves to inform all bidders and offerors about changes to the solicitation with the issuance of a site-visit sign-in sheet. The document outlines the necessary acknowledgment procedures for the amendment, including methods for bidders to confirm receipt. It also provides details regarding the administrative modifications to the existing contract or order, reinforcing that all terms remain effective except where specified otherwise. The contracting officer, Makarim Abdul-Jabbar, signs the amendment to validate these changes, ensuring ongoing communication and compliance with updated solicitation terms. Overall, the amendment reflects procedural updates critical for maintaining transparency and fostering participation in federal contracting activities.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 17. The primary purpose of the amendment is to provide responses to Requests for Information (RFI) and questions raised by offerors, which will be posted on SAM.gov. The document outlines crucial administrative processes, including the need for offerors to acknowledge receipt of the amendment through specified methods before the designated deadline to avoid disqualification of their offers. It emphasizes that all terms and conditions from the original solicitation remain unchanged, except for modifications detailed in the amendment. This document illustrates the procedural requirements involved in federal contract modifications and underscores the importance of compliance with submission timelines in the bidding process.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, extending the due date for bids to January 14, 2025, at 12:00 PM CST. This amendment aligns with Executive Order 14133, which mandates the closure of federal government offices on January 9, 2025. The amendment specifies that bid openings will be conducted virtually on the new due date, according to the schedule outlined in the original solicitation. All other terms and conditions of the original contract remain unchanged. The notice is primarily directed at potential contractors and emphasizes compliance with federal regulations regarding bid submissions. This procedural update highlights the government's commitment to transparency and adherence to executive orders affecting operational timelines.
    Lifecycle
    Similar Opportunities
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Y1DZ--FY25: NRM (PROJ: 548-CSI-144) DB Replace Fisher House - Site Prep
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build (DB) project titled "Replace Fisher House – Site Prep" at the West Palm Beach VA Medical Clinic in Florida. This project entails preparing approximately 1 acre of land for the future construction of a Fisher House, which includes tasks such as obtaining necessary permits, demolition, excavation, utility design and connections, and overall site coordination. The initiative underscores the government's commitment to enhancing veteran services through infrastructure development, with an estimated contract value ranging from $1,000,000 to $5,000,000 and a performance period of 270 days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) can reach out to the contracting officer, Stacy Figlinski, at Stacy.Figlinski@va.gov or by phone at (813) 940-2788 for further information, with the solicitation expected to be released around March 15, 2025.
    Y1DA--REPLACE FUSED AND OBSOLETE PANELS AT THE HUDSON VALLEY VA MEDICAL CENTER, MONTROSE CAMPUS PROJECT NUMBER: 620-15-111
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of fused and obsolete electrical panels at the Hudson Valley VA Medical Center, Montrose Campus, under Project Number 620-15-111. The project aims to modernize the electrical systems across multiple buildings, ensuring compliance with current safety standards and minimizing disruptions to patient care during construction. This initiative is crucial for enhancing the reliability and safety of the healthcare facility's electrical infrastructure, thereby supporting the VA's commitment to quality service. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically, with an estimated construction cost between $500,000 and $1,000,000, and a project completion timeline of 300 calendar days from the notice to proceed. For further inquiries, contact Contracting Officer Daniel Barone at daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z1DA--656-24-501 Install Remote Generator Annunciators
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota, under contract number 656-24-501. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be registered and certified in the VetCert database. The contractor will be responsible for all aspects of the installation, including procuring materials and ensuring compliance with manufacturer specifications, with an estimated construction cost between $100,000 and $250,000 and a completion timeline of 100 calendar days from the Notice to Proceed. The RFP is anticipated to be released on or about February 20, 2025, and interested parties should direct inquiries to Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or by phone at 515-001-3232 ext. 23232.
    Z2LB--Fisher House Site Preparation, Minor Construction Project
    Buyer not available
    The Department of Veterans Affairs is preparing to award a Firm-Fixed-Price contract for a minor construction project at the Fisher House in Detroit, Michigan, focusing on site preparation. This project entails the removal and replacement of damaged sidewalks, curbing, catch basins, and enhancements to landscaping along Bethune Street, with work expected to be completed in two phases while adhering to the City of Detroit's permitting and specifications. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an anticipated value between $100,000 and $250,000 and a performance period of approximately 45 days following the issuance of the Notice to Proceed. Interested bidders should direct inquiries via email to Contract Specialist Emil Reyes at Emil.Reyes@va.gov, as phone calls will not be accepted, and the solicitation is expected to be released between March and early April 2025.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves rectifying deficiencies in the facility's electrical infrastructure, requiring contractors to provide all necessary tools, materials, and labor, with an estimated cost between $100,000 and $250,000. Interested bidders must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and are encouraged to review the detailed specifications and compliance requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Michael W. Freeman, the contracting officer, at Michael.Freeman3@va.gov.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.
    J091--Tank Testing and Veeder Root Installation Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract titled "J091--Tank Testing and Veeder Root Installation Brand Name or Equal," aimed at enhancing fuel management systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The project requires the contractor to conduct pressure testing on 12 fuel tanks, install Veeder Root monitoring systems at eight locations, and replace essential components, all within a 120-day performance period. This initiative is critical for modernizing the facility's fuel management capabilities while ensuring compliance with safety and regulatory standards. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Makarim (AJ) Abdul-Jabbar at Makarim.Abdul-Jabbar@va.gov.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.