5920--631-25-001 Building 1 Lightning Protection
ID: 36C24125R0031Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

FUSES, ARRESTORS, ABSORBERS, AND PROTECTORS (5920)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the "Building 1 Lightning Protection" project at the Edward P. Boland Campus of the VA Central Western Massachusetts Healthcare System. The objective is to install a comprehensive lightning protection system, ensuring compliance with various federal and state regulations, including VHA, OSHA, and EPA standards. This project is crucial for enhancing the safety and infrastructure of the facility, which is part of a broader Electrical Distribution System Upgrade. Interested contractors should note that the performance period has been extended to 210 days from the Notice to Proceed, with proposals due by January 29, 2025. For further inquiries, contact Chelsea L. Rodrigue at chelsea.rodrigue@va.gov.

    Point(s) of Contact
    Chelsea L RodrigueContract Specialist
    chelsea.rodrigue@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines the upcoming Request for Proposal (RFP) for the project titled "631-25-001 Building 1 Lightning Protection" at the VA Medical Center Central Western Massachusetts. The solicitation (number 36C24125R0031) is part of a competitive procurement process set to officially commence around December 18, 2024. It requires contractors to prepare the site for building operations, including demolition and installation of lightning protection as specified in the project's drawings. The estimated contract value ranges between $100,000 and $200,000, with the project categorized under NAICS code 238210. As a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, a bid bond of at least 20% of the bid price is mandatory, capped at $3 million. Interested firms must register in the System for Award Management (SAM) and ensure SDVOSB verification through the SBA's Veteran Small Business Certification. All solicitation documents will be available on https://sam.gov under Contract Opportunities, and it is the applicants’ responsibility to monitor this site for any amendments.
    The document outlines a Request for Proposal (RFP) for the construction project 631-25-001 related to Lightning Protection for Building 1 at the VA Central Western Massachusetts HCS, Leeds, MA. Issued by the Department of Veterans Affairs, the RFP designates this project as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contractor is required to provide all necessary labor, materials, equipment, and supervision for the project, estimated between $100,000 and $200,000. Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach, focusing on acceptability of technical proposals without ranking. A site visit is scheduled for January 2, 2025, and contractors must submit questions by January 9, 2025, via email. Proposals must demonstrate technical expertise, management approaches, and prior relevant experience, including adherence to safety regulations and completion timelines. The importance of meeting specific requirements, including a detailed safety plan and proven technical capacity in lightning protection installation, is emphasized to ensure vendor reliability. Ultimately, the award will go to the offeror with the lowest evaluated price that meets the outlined technical standards.
    The document outlines an amendment to a solicitation related to a construction project at the VA Central Western Massachusetts Healthcare System. The key changes include rescheduling the site visit from January 2, 2025, to January 8, 2025, at 1:00 PM EST, and extending the deadline for Requests for Information from January 9, 2025, to January 15, 2025, by 2:00 PM EST. The proposal submission deadline remains unchanged at January 29, 2025, at 2:00 PM EST. This amendment aims to accommodate bidders' concerns regarding holiday closures and ensure adequate time for inquiry submissions. It underscores the importance of timely communication and adjustments within the bidding process, while all other terms and conditions of the solicitation remain in effect. The document provides clear instructions for communication regarding the amendment and maintains the formal structure typical of federal grant and RFP documentation.
    This government document is an amendment regarding a solicitation for a contract related to lightning protection services for a facility managed by the Department of Veterans Affairs. The amendment serves three primary purposes: it officially communicates questions and answers related to the solicitation, provides a sign-in sheet from a recent site visit, and significantly extends the performance period from the originally specified 60 days to 210 days post-Notice to Proceed (NTP). The amendment maintains all other existing terms and conditions of the solicitation. Attached documents include the updated Statement of Work (SOW) focusing on building 1 lightning protection, alongside responses to technical questions and the site visit sign-in sheet. The contracting officer responsible for the amendment is Chelsea Rodrigue. This amendment is crucial for potential contractors to understand the updated timeline, ensuring transparency and facilitating the bidding process in compliance with federal requirements.
    The document addresses the requirements and specifications for the installation of lightning protection systems at Building 1. It includes a series of questions and answers related to project specifications, clarifying that no counterpoise ring will be installed and downleads will suffice after field verification. Surge Protective Devices (SPDs) are mandated, with related schematic drawings provided for reference. Additionally, bonding requirements for water and fire service lines, alongside necessary materials, are specified. The document emphasizes compliance with the National Electrical Code and includes quality assurance protocols to be followed. It highlights necessary submittals, such as manufacturer literature, shop drawings, and certifications before project completion. The project is part of a broader Electrical Distribution System Upgrade Phase 2, aiming to enhance the building's electrical infrastructure while adhering to safety standards. The details emphasize the government's commitment to ensuring safety and effectiveness in electrical installations, reflecting the standards expected in federal RFPs and grant projects.
    The document outlines the "Electrical Distribution System Upgrade - Phase 2" project, managed by the U.S. Department of Veterans Affairs (VA). It includes several construction-related drawings and plans, such as the "Lightning Protection Plan" and "Grounding Details," essential for ensuring electrical safety and compliance at the Liberty Building. The drawings are dated May 30, 2023, and involve technical specifications to enhance the building's infrastructure, including roof assembly revisions with updated materials, like single-ply membrane roofing and tapered rigid insulation. Consultants DuBois & King, Inc. are responsible for the engineering and architectural details, ensuring the upgrade aligns with VA standards. The document also features approval stamps, project numbers, and drawing references, indicating the collaborative efforts and systematic process involved in the construction project. Overall, this evaluation underscores the VA's commitment to modernizing facility infrastructure while prioritizing safety and efficiency in electrical distribution systems.
    The Building 1 Lightning Protection project for the Central Western Massachusetts Healthcare System outlines comprehensive safety, construction, and management requirements for contractors. The primary aim is to prepare the site and install a lightning protection system while ensuring compliance with VA security protocols. Contractors must employ qualified personnel—Project Manager, Superintendent, and Safety Manager—who meet specified experience and dedication levels. The document details construction security, requiring all personnel to obtain identification badges and adhere to strict guidelines for access control and site safety. Coordination of work to minimize disruption to the Medical Center's operations is crucial, including pre-constructive surveys and meticulous utility management to prevent service interruptions. Additionally, clear protocols around waste disposal, restoration, and maintenance are emphasized to ensure that existing infrastructure is protected during the project. The contract mandates regular documentation of construction progress, security of materials, and adherence to environmental controls, showcasing the government's commitment to safety and compliance throughout the project lifecycle. This document aligns with the general standards expected in government RFPs and grants, ensuring transparency and accountability in federal construction projects.
    This document is a meeting sign-in sheet for the "631-25-001 Building 1 Lightning Protection" project, dated January 8, 2025. The sheet includes a list of participants, their associated companies, phone numbers, and email addresses. It serves as a record of attendees involved in discussions or planning for the lightning protection initiative, indicating interest and collaboration in meeting federal guidelines for building safety. The inclusion of contact information suggests a commitment to ongoing communication and coordination among stakeholders. As part of the federal grant or RFP process, this meeting likely underlines the importance of aligning stakeholders on project expectations and requirements, contributing to the overall security and compliance objectives of the government project. The focus on lightning protection is indicative of prioritizing safety in building infrastructure according to federal standards.
    The Edward P. Boland VAMC in Leeds, MA, is seeking a contractor to provide professional services for lightning protection installation at Building 1. The contractor must ensure compliance with VHA, OSHA, EPA, and Massachusetts DEP standards. Prior to commencing work, the contractor is required to engage with the Project Engineer/Manager to review plans, infection control, and safety procedures. The scope includes providing final drawing submissions, installing lightning protection materials and labor, and obtaining necessary permits from local and state agencies. The contractor is responsible for scheduling field work 72 hours in advance, ensuring a clean work site, and addressing any conflicts through an RFI process. Work must occur during specified hours and must be completed within 60 days after receiving a Notice to Proceed. The contractor must adhere to safety measures, interim life safety protocols, and regulations regarding utility management and infection control. The document serves as a detailed guide for compliance and quality standards essential in government and healthcare construction contracts.
    The Statement of Work (SOW) for Building 1 Lightning Protection at the Edward P. Boland Campus of the VA Central Western Massachusetts Healthcare System outlines the requirements for a contractor to provide all necessary services, including labor and materials, to install lightning protection. The contractor must comply with various federal and state regulations, including VHA, OSHA, and EPA standards. Key items include installation tasks, coordination with VA Facilities staff, and obtaining necessary permits from the City of Northampton and the Massachusetts Department of Environmental Protection. The SOW details site access rules, including contractor ID requirements and safety measures, and emphasizes rigorous scheduling, debris removal, and infection control procedures. Work is expected to commence upon receiving a Notice to Proceed and should be completed within 210 calendar days. Safety protocols involve maintaining clear egress paths and minimizing disruptions to hospital operations. Overall, this project demonstrates a systematic approach to ensuring safety and compliance while enhancing the facility's infrastructure.
    Lifecycle
    Similar Opportunities
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    Z2DA--564-23-503 Upgrade Switchgear Electronic Components (VA-25-00020686)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the upgrade of switchgear electronic components at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas, under Project Number 564-23-503. The project involves enhancing the Medium and Low Voltage Switch Gear Control System, specifically in Buildings 27 and 29, which includes upgrading Programmable Logic Controllers (PLCs) and ensuring minimal disruption to facility operations over a 485-day timeline. This initiative is crucial for maintaining the operational effectiveness of critical electrical systems within the VA facility, emphasizing safety, compliance, and the involvement of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors should contact Felicia Lovelady at Felicia.Lovelady@va.gov, with bids expected to fall between $500,000 and $1,000,000, and proposals must be submitted by the specified deadline.
    J059--657-25-104, Conduct 3-Year Electrical Test, Maintenance and Repairs Report
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract to conduct a three-year electrical test, maintenance, and repairs report at the St. Louis VA Health Care System's John Cochran and Jefferson Barracks Divisions. This project, designated as Project 657-25-104, aims to ensure the safety and reliability of the electrical systems, which include over 700 panels and various transformers and switchgear, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement process will utilize the Lowest Price Technically Acceptable (LPTA) method, with proposals due by February 6, 2025, at 2:00 PM CST, following a mandatory site visit on January 7, 2025. Interested bidders can contact Contract Specialist Lucia A. Cowsert at lucia.cowsert@va.gov for further details.
    C1DA--Correct MHEOCC Deficiencies Bldg 170 (VA-25-00019512)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to address deficiencies in Mechanical, Heating, and Electrical systems at Building 170 of the Salem VA Medical Center. The project aims to enhance the infrastructure of mental health facilities, ensuring compliance with VA and federal standards through design, planning, and construction services. This initiative is critical for improving service delivery in veterans' healthcare facilities, reflecting the VA's commitment to quality care. Interested firms must submit their Standard Form 330 by March 4, 2025, at 10 AM Eastern Time, and can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov or 757-251-4073 for further information.
    Y1DA--589A5-21-700 EHRM INFRASTRUCTURE UPGRADES (VA-24-00076324)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the EHRM Infrastructure Upgrades project, identified by solicitation number 36C77624B0026, aimed at enhancing the electronic health record management systems. This construction initiative is critical for improving the infrastructure that supports the VA's modernization efforts, ensuring better service delivery to veterans. The project has received multiple bids, with estimated costs ranging from approximately $44.9 million to $62.7 million, and requires a 20% bid security from all bidders. Interested parties should contact Richard Webb at Richard.Webb3@va.gov or call 216-447-8300 x49623 for further details, with responses due by February 14, 2025, at 13:00 Eastern Time.
    650-25-103, OSHA Fall Protection Roof Guardrail System
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the installation of an OSHA-compliant Fall Protection Roof Guardrail System at the Providence Veterans Affairs Medical Center in Rhode Island. The project requires the provision and installation of multiple non-penetrating guardrail systems and a safety ladder to ensure safe access to rooftop equipment, along with site walkdowns and layout drawings. This initiative is crucial for enhancing workplace safety in compliance with OSHA regulations and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bids are due by February 25, 2025, with an estimated construction cost between $250,000 and $500,000, and interested contractors should contact Andrew Merical at Andrew.Merical@va.gov for further information.
    6350--*SPECIAL* 36C242-25-AP-0758 | 528-25-1-8893-0154 ALBANY RETROFIT 2B FIRE ALARM PANEL
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the retrofit and upgrade of the 2B fire alarm panel at the Samuel S. Stratton VA Medical Center in Albany, NY. The project involves replacing outdated components, including five digital audio amplifiers, a fiber network card, a strobe power supply, and a main CPU, to enhance safety and compliance with NFPA codes. This initiative underscores the VA's commitment to maintaining high safety standards within its healthcare facilities for veterans. Interested contractors must submit their offers by February 21, 2025, and are encouraged to attend a site visit on February 7, 2025; inquiries should be directed to Jason Campione by February 5, 2025, to facilitate participation.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the pitched roof of Building 1 at the Coatesville VA Medical Center in Pennsylvania, under project number 542-25-105. This federal contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and entails a complete roof replacement, including the inspection and repair of the underlying wood decking, as well as the replacement of all associated flashing and lightning protection systems. The project emphasizes the importance of safety and cleanliness due to the building's height and the presence of patients, with work scheduled from Monday to Friday and potential after-hours activities requiring close coordination with hospital staff. Proposals are due by March 15, 2025, and interested contractors should contact Lead Contracting Officer Elizabeth Wilson at Elizabeth.Wilson6@va.gov or 484-641-0594 for further details.
    Z2DA--689A4-22-700 EHRM Infrastructure, Newington CONSTRUCTION SOLICITATION (VA-24-00028377)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Infrastructure Upgrades project at the Newington VA Medical Center in Connecticut, aimed at modernizing and enhancing the facility's IT and communication systems. The project involves extensive construction services, including the installation of fiber optic and CAT 6A cabling, upgrades to electrical and HVAC systems, and improvements to fire protection and security measures across multiple buildings. This initiative is critical for ensuring the facility meets current operational standards and prepares for the nationwide Cerner upgrade, ultimately enhancing service delivery for veterans. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by February 18, 2025, with a pre-bid site visit scheduled for February 3, 2025. For further inquiries, contractors can contact Shardae Webb at Shardae.Webb@va.gov or Gabriel D. Escarciga at gabriel.escarciga@va.gov.
    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 designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost ranging from $100,000 to $250,000. This project is crucial for maintaining the operational integrity of the healthcare facility, ensuring that electrical systems are reliable and compliant with safety standards. Interested contractors must submit their offers by March 3, 2025, and are encouraged to attend a site visit scheduled for February 13, 2025. For further inquiries, potential bidders can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.