STX Install Electrical Generator Fisher House
ID: 36C25725B0007Type: Solicitation
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
  1. 1
    Posted Nov 25, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to install a new 200 KW electrical generator at the Fisher House for Audie L. Murphy Hospital in San Antonio, Texas. The project entails comprehensive 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 critical for providing emergency power to the facility, enhancing operational resilience during utility outages. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $500,000 and $1,000,000, and bids are due by January 14, 2025. Interested parties should contact Cheryl Clark at cheryl.clark4@va.gov for further details.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Nov 25, 2024, 5:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z1DA--656-24-501 Install Remote Generator Annunciators
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota. The project involves the installation of five hard-wired remote generator annunciator panels for emergency generators, requiring the contractor to provide all necessary labor, materials, and equipment while adhering to NFPA 99 standards. This initiative is crucial for enhancing the operational reliability of the VA's emergency power systems, with an estimated contract value between $100,000 and $250,000. Proposals are due by April 25, 2025, and interested parties should contact Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or 515-001-3232 for further information.
N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
Buyer not available
The Department of Veterans Affairs is seeking contractors for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. The project aims to address critical deficiencies in the generator systems, requiring comprehensive site preparation, demolition, and upgrades to electrical and fire suppression infrastructure, with an estimated cost between $1,000,000 and $5,000,000. This initiative is vital for enhancing the operational efficiency and safety of facilities that serve veterans. A Request for Proposal (RFP) will be issued on or about March 29, 2025, with proposals due by May 14, 2025; interested contractors must register in the System for Award Management (SAM) and can contact Contract Specialist Brian Kelly at Brian.Kelly@va.gov or 413-584-4040 x6722 for further information.
Z2DA--589A5-24-103, Replace Generators and Automatic Transfer Switches - EK
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking proposals for the replacement of generators and automatic transfer switches at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. Contractors are required to provide all necessary labor, materials, and equipment for the installation, ensuring minimal disruption to facility operations while maintaining continuous power. This project, identified as 589A5-24-103, is crucial for enhancing the facility's operational reliability and safety. Proposals are due by May 20, 2025, following a site visit on April 30, 2025, and the estimated project value ranges from $250,000 to $500,000. Interested parties should contact Contract Officer Timothy P Fitzgerald at timothy.fitzgerald@va.gov for further details.
B334 Standby Generator & Automatic Transfer Switch
Buyer not available
The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Caterpillar brand Standby Generator and Automatic Transfer Switch (ATS). This project entails the provision and installation of a 500 kW diesel generator system, including necessary infrastructure such as firestops, concrete pads, and electrical panels, to ensure operational readiness during power failures. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and requires completion within 240 days of the notice to proceed. Interested contractors must attend a site visit on April 28, 2025, submit base access letters by April 24, 2025, and provide proposals by May 8, 2025, with questions due by May 1, 2025. For further inquiries, contact Kathy Colern at kathy.colern@us.af.mil or Wayne Johnson at wayne.johnson.15@us.af.mil.
Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the Emergency Electrical System Upgrades project at the Omaha Veterans Affairs Medical Center, designated under Project Number 636-25-307. This project aims to address electrical deficiencies by replacing and installing critical electrical components, with a focus on enhancing emergency power coverage for essential areas such as the inpatient kitchen and elevators. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a value between $500,000 and $1,000,000, and requires compliance with various safety and operational standards, including a performance period of 365 days. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Contract Specialist Tommy Opal at Tommy.Opal@va.gov or secondary contact Angelique D Mabley at Angelique.Mabley@va.gov.
Sterilizers and Installation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the installation of sterilization equipment at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves the installation of three Steris sterilizers and two steam generators, with the contractor responsible for providing all necessary labor, materials, hardware, and tools to ensure the equipment operates at full capacity. This equipment is crucial for maintaining high standards of hygiene and safety in medical procedures. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their offers by April 28, 2025, at 1:00 PM CDT, with a delivery deadline for the equipment set for July 31, 2025. For further inquiries, potential bidders can contact Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or 713-350-2943.
Y1GC--586-25-100 Install Above Ground Fuel Storage Tank
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design and construction of an Aboveground Storage Fuel Tank Installation at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. The project aims to enhance the facility's fuel capacity for boilers by installing a new aboveground storage tank, which includes the evaluation and removal of the existing tank and ensuring compliance with federal safety and environmental standards. This procurement is critical for maintaining operational efficiency and safety in fuel management at the medical center. Interested contractors must submit their proposals electronically, with a project value estimated between $100,000 and $250,000, and a proposal acceptance period of 120 days. For further inquiries, contact Contracting Officer Julius I. Jones at julius.jones@va.gov.
J061--Troubleshoot/Replace MRI Power Conditioner
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to troubleshoot and replace a faulty MRI power conditioner at the Sheridan Veterans Affairs Medical Center in Wyoming. The procurement involves the replacement of a control power supply board in a Toshiba G8000 UPS Power Conditioner, which is critical for powering a mobile MRI unit used in veteran healthcare services. This contract, identified by solicitation number 36C25925Q0301, has a total award amount of $34 million and is set aside for small businesses, including service-disabled veteran-owned businesses, with responses due by April 30, 2025, at 10 AM Mountain Time. Interested parties should contact Contract Specialist David M. Glanton at David.Glanton@va.gov or 303-717-7075 for further details and to ensure compliance with federal regulations.
Z2LB--Fisher House Site Preparation, Minor Construction Project
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Fisher House Site Preparation, a minor construction project located in Detroit, Michigan. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, and project management to complete site preparation, including the removal and replacement of sidewalks, curbs, and landscaping, in accordance with detailed specifications and drawings. The total project budget is estimated between $100,000 and $250,000, with a completion timeline of 45 calendar days post-award. Interested contractors should contact Emil Reyes at Emil.Reyes@va.gov or call 216-447-8300 for further details and must submit their proposals electronically by the specified deadline.
Z1DA--632-24-130 Repair PV Solar Carport System Project
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Repair PV Solar Carport System Project at the Northport Veterans Affairs Medical Center, identified as Project Number 632-24-130. This project involves significant repairs following safety concerns due to a solar fire, including the removal and replacement of damaged electrical components, installation of new electrical vaults, and the replacement of fire-damaged solar panels. The initiative underscores the VA's commitment to enhancing energy efficiency and operational performance at its facilities while ensuring compliance with federal safety standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically by the specified deadline, with further inquiries directed to Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov.