6110--676-22-122 Replace Electrical Switchgear
ID: 36C25225B0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of electrical switchgear at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The project entails the demolition and replacement of aging electrical systems, with a focus on maintaining operational continuity within the 24/7 medical facility while adhering to strict safety and regulatory standards. This initiative is part of the VA's commitment to modernizing healthcare infrastructure to better serve veterans, with an estimated project budget between $1,000,000 and $2,000,000. Interested contractors, particularly CVE-verified Service-Disabled Veteran-Owned Small Businesses, must submit their offers by March 11, 2025, at 10:00 a.m. CST, and can direct inquiries to Contracting Officer Gregory T Block at Gregory.Block@va.gov.

    Point(s) of Contact
    Gregory T BlockContracting Officer
    Gregory.Block@va.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation (36C25225B0007) for the replacement of electrical switchgear, transfer switch, generator, and transformer at the Tomah VA Medical Center in Wisconsin, with a project budget estimate between $1,000,000 and $2,000,000. The solicitation is exclusively open to CVE-verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor is required to provide all necessary labor, materials, and supervision to complete the project within a designated 270-day timeline from the notice to proceed. Central requirements include adherence to safety and environmental standards, submission of performance bonds, and a commitment to meet all codes and regulations. A site visit is scheduled for potential bidders, and they must submit written inquiries by December 30, 2024. The bid opening is set for January 14, 2025. Details about the bidding process, including submission formats and additional compliance factors like the Experience Modification Rate for safety records are specified. This solicitation represents the government's initiative to modernize VA facilities while promoting participation from veteran-owned businesses, adhering to the legal mandates and standards expected in federal contracting processes.
    The Department of Veterans Affairs has announced a presolicitation notice for the project "Replace Electrical Switchgear B415" at the Tomah VA Medical Center in Tomah, Wisconsin. The solicitation number is 36C25225B0007, with a response deadline set for November 25, 2024. The project requires contractors to provide labor, materials, and supervision to complete the replacement of electrical switchgear within a 270-day period post-Notice to Proceed. The estimated construction cost ranges from $1 million to $2 million, and the procurement is designated as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 238210. Interested bidders must register in the System Award Management (SAM) database and confirm their SDVOSB status. A pre-bid conference will be held, with details to follow in the solicitation document, which will be available on SAM.gov. The contracting office can be contacted through Gregory T Block for any queries.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs concerning a project related to electrical switchgear replacement. It includes important details such as the project number, administering office, and contractor information. The amendment highlights a site visit conducted on December 17, 2024, and notes that original project drawings are being reposted due to readability issues with prior submissions. Offerors are instructed on how to acknowledge receipt of this amendment, emphasizing the importance of timely submission to avoid rejection of offers. Supporting documents referenced include a pre-bid document and updated drawings related to the project. This amendment ensures that all participating bidders receive clear and updated information pertinent to the project scope.
    This government document constitutes an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically the Great Lakes Acquisition Center. It primarily pertains to the extension of the bid due date for an unspecified project, changing it to February 4, 2025, at 10:00 AM CST. The document outlines necessary actions for offerors to acknowledge the amendment, including submission methods and deadlines for acknowledgment. Furthermore, it emphasizes that all existing terms and conditions remain in effect unless specified otherwise. The amendment aims to ensure that potential contractors are informed of new timelines, thereby facilitating their participation in the bidding process. This document aligns with formal government protocols for Request for Proposals (RFPs) and contract modifications, highlighting the importance of transparency and adherence to procedural guidelines in federal procurement.
    The document pertains to an amendment issued for a solicitation related to a contract managed by the Department of Veterans Affairs, specifically the Great Lakes Acquisition Center. It primarily serves to extend the deadline for receipt of offers to February 19, 2025, at 10:00 CST. The amendment emphasizes the requirement for bidders to acknowledge all amendments included within their bid packages. Additionally, it includes a reference to a Wage Determination document issued on January 3, 2025, which outlines prevailing wage rates applicable to the contract. The document retains all original terms and conditions while ensuring that potential bidders are notified of the administrative changes. The overall purpose aligns with standard government practices for managing solicitation amendments, ensuring compliance and clarity for interested bidders in the procurement process.
    This document serves as an amendment to a federal solicitation related to a procurement process conducted by the Department of Veterans Affairs’ Great Lakes Acquisition Center. The amendment extends the deadline for offers, changing the hour and date for receipt to March 11, 2025, at 10:00 a.m. Central Standard Time (CST). It includes necessary instructions for offerors on how to acknowledge receipt of the amendment and submit their offers accordingly. The document contains standard contractual language referencing related modification authorities and procedural requirements. Importantly, it emphasizes that all terms and conditions from the original solicitation remain unchanged except for the specified date extension. This is a common practice in procurement to ensure sufficient response time while maintaining compliance with regulatory frameworks governing federal contracts. The clarity of amendments is critical for maintaining transparency and fairness in the bidding process.
    The document outlines the project titled "Replace Electrical Switchgear B415" at the Veterans Affairs Medical Center in Tomah, Wisconsin, identified by project number 676-22-122. The project, managed by Penn Construction Group, involves significant upgrades to the electrical systems within the facility, specifically targeting the switchgear. It includes detailed architectural, mechanical, electrical, and plumbing plans, illustrating both demolition and new construction phases. The documentation specifies multiple stages of design issuance, culminating in the final bid documents issued on October 4, 2023. It emphasizes the project’s compliance with stringent government standards, ensuring high-quality work. Key structural and safety features are noted, including site plans, life safety plans, and specific infection control measures necessary during construction. This initiative reflects a broader commitment by the Veterans Affairs Office to enhance facility infrastructure while ensuring safety and regulatory compliance. The project's complexity requires careful planning and collaboration between various engineering disciplines, underscoring the government's focus on improving veteran care environments through upgraded facilities and systems.
    The document outlines the specifications for the project titled "Replace Electrical Switchgear B415" at the Tomah VA Medical Center in Wisconsin. The project involves the demolition and replacement of the aging electrical switchgear in Building 415, requiring careful planning to minimize operational disruption in the 24/7 medical facility. Key aspects include safety requirements, the comprehensive demolition plan, phasing of construction, and management of existing utilities. The contract emphasizes maintaining uninterrupted service, with strict protocols for contractor access, security, and documentation. It mandates extensive coordination for testing and commissioning of electrical systems and stipulates that all work must comply with various federal standards and VA guidelines. Overall, this document serves as a detailed guide for contractors to ensure safe and efficient project execution while safeguarding facility operations and compliance with regulations.
    The document outlines the specifications for the replacement of electrical switchgear at Building 415 of the Tomah VA Medical Center in Wisconsin, under Contract No. 676-22-122. It details the project requirements, including various divisions (22-33) related to plumbing, HVAC, electrical systems, and general construction standards. The document emphasizes the necessity for compliance with applicable codes, quality assurance, and environmentally sustainable practices. Submittals, testing protocols, and contractor responsibilities are specified to ensure the installation's efficiency and safety, along with the necessity for coordination among various trades. This initiative aligns with the federal aim of enhancing healthcare facility functionality and safety, reflecting the Department of Veterans Affairs’ commitment to serving veterans with upgraded infrastructure. The project culminates in comprehensive documentation, including as-built records and maintenance manuals to ensure long-term operational success.
    The submitted document pertains to government RFPs and grants, focusing primarily on the processes for acquiring and distributing financial resources at federal, state, and local levels. It highlights the financial framework that supports various projects, discussions on eligibility criteria for funding, and the requirements for applicants. The document outlines critical timelines, application processes, and necessary compliance with regulatory standards to ensure accountability and sustainability. Emphasis is placed on transparency in allocations and the importance of effective project management to achieve intended outcomes. This comprehensive overview serves as guidance for potential applicants seeking funding through government channels, ensuring they are well-informed about the expectations and standards required for successful proposals.
    NorthStar Environmental Testing, LLC conducted a limited lead and asbestos testing at 500 East Veterans Street, Tomah, WI, on December 27, 2023, specifically in the Emergency Generator Room and Electrical Room, under the authorization of Penn Construction Group. The primary objective was to identify any hazardous materials prior to renovation work. The testing revealed no asbestos or lead-based paint in any of the analyzed materials, which included various types of caulking and painted surfaces. The samples were collected by certified technician Noah Lemanski and analyzed by Eurofins CEI, Inc. according to EPA standards. The report emphasizes that while no hazardous materials were detected in accessible areas, other areas may still contain these materials, necessitating caution in absence of further testing. It adheres to relevant regulations and industry standards, providing a thorough account of the testing process and results. This document is significant in the context of health and safety regulations and funding applications for projects involving federal and state grant proposals relating to building renovations.
    The document outlines the General Decision Number WI20240015 effective from November 8, 2024, concerning wages for heavy construction projects in Wisconsin, subject to the Davis-Bacon Act. It defines wage requirements based on Executive Orders 14026 and 13658, stipulating minimum hourly rates for various construction classifications, such as Boilermaker, Bricklayer, Carpenter, Electrician, and Laborer across multiple counties. The wages are subject to annual adjustments, with specified rates and fringe benefits detailed for covered classifications. It emphasizes the importance of adhering to these wage determinations for federal contracts to ensure fair labor practices. The document also includes a section on the wage determination appeals process, providing guidance for contractors and stakeholders in the event of disputes regarding wage classifications or determinations. Overall, this file serves as a crucial reference for contractors engaged in federally funded construction projects, ensuring compliance with wage laws and promoting equitable pay.
    Lifecycle
    Similar Opportunities
    Z2DA--564-23-503 Upgrade Switchgear Electronic Components (VA-25-00020686)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to upgrade the electronic components of switchgear systems at the Veterans Health Care 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, which includes upgrading Programmable Logic Controllers (PLCs) and ensuring minimal disruption to facility operations during the 485-day timeline. This upgrade is crucial for maintaining the operational effectiveness of critical electrical systems that support veteran healthcare services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals within a price range of $500,000 to $1,000,000, with all inquiries directed to Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov, and completed proposals due by the specified deadline.
    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.
    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 seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake a project for replacing obsolete electrical panels at the Hudson Valley VA Medical Center, Montrose Campus, under Project Number 620-15-111. The scope of work includes the removal and replacement of outdated fused panels and aluminum wiring, ensuring compliance with National Electrical Code (NEC) requirements, and enhancing safety within the facility. This project is crucial for maintaining the operational integrity of the medical center's electrical systems and is estimated to cost between $500,000 and $1,000,000, with a completion timeline of 300 calendar days from the Notice to Proceed. Interested bidders must register on federal platforms, including SAM, and submit their proposals by April 2, 2025, at 10 AM ET; for further inquiries, they can contact Contracting Officer Daniel Barone at daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z2DA--657-21-117JB, Correct Deficiencies Identified During Triennial Testing Phase 2
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract aimed at correcting electrical deficiencies identified during triennial testing at the Jefferson Barracks VA Medical Center in St. Louis, MO, under project number 657-21-117JB. The project involves extensive electrical work, including the replacement and installation of transformers and electrical panels across Buildings 18, 51, and 53, ensuring compliance with the National Electrical Code and VA safety regulations. This initiative is crucial for enhancing the safety and operational functionality of healthcare facilities for veterans, reflecting the VA's commitment to maintaining high standards in patient care environments. Proposals must be submitted electronically, with a budget between $100,000 and $150,000, and a mandatory site visit scheduled for early March 2025. Interested contractors should contact Jennifer A Sotomayor at jennifer.sotomayor@va.gov for further details.
    J041--REPLACE OUTDOOR HVAC UNITS BUILDING 410
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the operational efficiency and environmental comfort of the facility, which serves veterans. The submission deadline for offers has been extended to February 24, 2025, at 10:00 AM CST, and interested bidders should acknowledge receipt of the amendment to ensure compliance with the revised timeline. For further inquiries, potential bidders can contact Contract Specialist Makena James at Makena.James@va.gov or (414) 844-4871.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    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 contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    6120--NEW: VAMC Dallas Bldg 2 Elevator Transformer Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the elevator transformer at the Veterans Affairs Medical Center (VAMC) in Dallas, Texas. The project involves replacing the degraded Unit Substation B Transformer, which is critical for powering the main passenger and service elevators, and must be completed within 60 days of contract award to mitigate risks to patient care. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget of $19 million, reflecting its significance in maintaining healthcare facilities for veterans. Interested parties should submit their proposals by February 26, 2025, and can contact Contract Specialist Crystal Carabajal at 210-992-3721 or via email at crystal.carabajal@va.gov for further information.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.
    J061--Re-design, Modification, and Installation of Electrical System Switchboard| 460
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the re-design, modification, and installation of an electrical switchboard system at the Wilmington Veterans Affairs Medical Center. The project aims to upgrade the existing switchboard for medium voltage (MV) switchgear, enhance the Human Machine Interface (HMI), and replace the protection relay, ensuring compliance with federal and state codes while optimizing system performance. This initiative is crucial for improving the electrical infrastructure within a healthcare setting that serves veterans, thereby enhancing operational efficiency and safety. Interested vendors must submit their quotes electronically by March 7, 2025, with a performance period from April 1, 2025, to March 31, 2026. For further inquiries, contact Contract Specialist Loretta Payne at loretta.payne@va.gov or call 412-860-7204.