Z1DA--36C26125R0071 | 36C261-25-AP-3702 | NRM 612A4-24-004
ID: 36C26125R0071Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a power upgrade project at the McClellan Building 98, located within the VA Northern California Health Care System. The project entails the relocation and installation of a 725kW generator to provide backup power, along with necessary infrastructure improvements, ensuring compliance with safety and environmental standards. This initiative is critical for enhancing the reliability of power systems in healthcare facilities, thereby supporting the operational efficiency of services provided to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by 9:00 AM PDT on August 13, 2025, and can direct inquiries to Contract Specialist Nicole Renfrew at nicole.renfrew@va.gov.

    Point(s) of Contact
    Nicole Y RenfrewContract Specialist
    nicole.renfrew@va.gov
    Files
    Title
    Posted
    This presolicitation notice pertains to a federal contracting opportunity with the Department of Veterans Affairs, specifically for the VA Northern California HealthCare System. The solicitation number is 36C26125R0071, and interested parties must respond by August 13, 2025, at 9:00 AM Pacific Time. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code Z1DA, with a NAICS Code of 236220. The place of performance is the McClellan Building in McClellan, California. The contracting office is located in Reno, Nevada, with designated points of contact being Contracting Officer Jose Hernandez and Contract Specialist Nicole Renfrew. Interested vendors can find additional details on the VA's official website. This notice forms part of the federal government's procurement process, aimed at ensuring compliance and offering opportunities for qualified businesses to engage in services that support veteran healthcare.
    The document outlines a Fair Opportunity Proposal Request for a Power Upgrade at the VA Northern California Health Care System's McClellan Building 98. This solicitation is exclusively open to contractors awarded under the Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract (MACC) Group 2. The project involves transporting, installing, and commissioning an existing generator as backup power for the building. The contractor is required to provide all necessary resources, including personnel and materials, with a performance period of 250 calendar days from issuance of the Notice to Proceed (NTP). The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's support for veteran enterprises. Proposals must adhere to strict criteria for pricing, including demonstrating fair and reasonable offers, and be submitted electronically by August 13, 2025. Additionally, a site visit is scheduled for July 24, 2025, to familiarize bidders with project specifics. Key elements include compliance with wage determination regulations and performance bond requirements. The solicitation also incorporates instructions for maintaining federal records, ensuring contractors handle sensitive information appropriately, and adhere to project specifications. This initiative reflects the government’s objective to enhance infrastructure while prioritizing veteran business involvement.
    The document is Amendment 0001 for the Request for Proposal (RFP) 36C26125R0071 issued by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 21 for a project related to power upgrades at the VA Sierra Nevada Health Care System. The amendment serves to provide responses to two Requests for Information (RFIs) and includes the sign-in sheet from a site visit conducted on July 24, 2025. It clarifies that the due dates for RFIs and offers remain unchanged, with a deadline set for July 30, 2025, and August 13, 2025, respectively. The amendment underscores that all terms and conditions of the original solicitation remain intact, ensuring no additional changes have been made. The communication is directed to all offerors/bidders involved in the proposal process, emphasizing the importance of acknowledging the receipt of this amendment in accordance with specified guidelines.
    This document is Amendment 0002 to the Department of Veterans Affairs' solicitation 36C26125R0071, pertaining to a project related to power upgrades at the VA Sierra Nevada Health Care System. The amendment addresses responses to Requests For Information (RFIs) numbered 003 to 006, providing clarifications and additional details necessary for bidders. The submission due date for offers remains unchanged, set for August 13, 2025, at 9:00 AM PDT, with specific email contacts listed for submissions. The document reiterates that all other terms and conditions of the original solicitation remain unchanged. Supporting documents provide detailed responses for the RFIs mentioned, indicating the continuation of the bidding process and ensuring that all applicants have equal access to all relevant information.
    The VAAR 852.219-75 outlines the requirements for offerors regarding limitations on subcontracting for contracts awarded by the Veterans Affairs (VA). In compliance with 38 U.S.C. 8127(l)(2), contractors are required to certify adherence to specific subcontracting limits: for services (max 50% subcontracting to non-certified firms), general construction (max 85%), and special trade construction (max 75%). Costs for materials are excluded from these subcontracting calculations. Offerors must acknowledge that false certifications can lead to substantial penalties, including criminal prosecution. Additionally, contractors must provide documentation to the VA to demonstrate compliance and failure to do so may result in remedial actions. The formal certification must be included with the proposal, and offers lacking this certification will be deemed ineligible for award. This document emphasizes the VA's commitment to utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) while ensuring accountability and compliance in government contracting procedures.
    The document outlines the relocation and installation of a 725kW generator at McClellan VA Medical Center (VAMC) Building 98. The project entails relocating the generator from Mather VAMC, establishing a new standby power system compliant with Sacramento Municipal Utility District (SMUD) requirements and VA regulations. Key tasks include the installation of a 1600A automatic transfer switch and metering switchboard, electrical testing and reconditioning of the existing generator, and creating a phasing plan for cut-over procedures over a weekend to minimize disruption. The contractor must employ ground penetrating radar to identify existing underground utilities prior to excavation, ensure compliance with seismic standards, and maintain detailed documentation throughout the process. The document emphasizes coordination with utility providers and adherence to safety regulations, highlighting the project's complexity and the importance of meticulous planning. Overall, the initiative demonstrates the VA’s commitment to providing operational and reliable emergency power systems for the facility while ensuring safety and compliance with applicable codes.
    The document outlines the construction specifications for providing a backup generator for Building 98 at the McClellan VA Medical Center in California. The project requires the relocation of an existing generator from Mather VAMC, its installation with a capacity to run for 96 hours, including the addition of a 5000-gallon diesel fuel oil storage tank and necessary accessories. Strict adherence to safety and quality control requirements is emphasized throughout the process, including thorough site preparation, compliance with VA security measures, and ongoing coordination to minimize impacts on Medical Center operations. Comprehensive general construction requirements cover various phases, including site surveys, demolition, concrete work, and electrical installations. Moreover, the contractor must maintain existing infrastructure, adhere to environmental regulations, and implement waste management practices. Additionally, the document stipulates warranty management procedures and emphasizes the importance of maintaining a clear communication plan with the VA Medical Center to ensure that all operations continue smoothly during construction. Overall, this project demonstrates the VA's commitment to modernizing its facilities while ensuring safety and compliance with relevant regulations during the execution of construction activities.
    This document outlines instructions for the compliant completion of the VAAR 852.219-75, a certification related to limitations on subcontracting, as of January 2023. Offerors must ensure that their firm's name and address match exactly with those listed on SAM.gov when filling out the certification—any discrepancies need to be avoided. The instructions highlight mandatory entries: printed name and job title of the signee, authorized signature, proper dating of the document, and comprehensive company details, all reflecting the SAM.gov entries. Offerors are directed to complete and return the entire clause without alterations or using alternate versions. The guidance emphasizes the importance of accuracy and compliance in government contracting processes to uphold transparency and correctness in federal and state procurement. Adhering to these protocols is essential for the legitimacy of the offeror’s submissions in government RFPs and grants.
    The document outlines the requirements for contractors bidding on the McClellan Building 98 Power Upgrade project, as per VHA Directive 7715. To qualify for consideration, contractors must have a clean safety and environmental record, specifically, no more than three serious OSHA or EPA violations in the past three years, and a maximum Experience Modification Rate (EMR) of 1.0. Bidders are required to submit a self-certification on their company letterhead, detailing any violations over the last three years, along with a signature block. Additionally, contractors must provide their current EMR, obtained from their insurance carrier on official letterhead. This certification process ensures that only contractors with a strong safety and compliance history are eligible for the contract, aligning with federal standards for procurement processes. Overall, the document emphasizes the importance of safety and environmental performance in contractor selection for federal projects.
    The construction design narrative outlines the plan to provide backup power to Building 98 at the McClellan VA Medical Center by relocating an existing generator from Mather VAMC. The facility currently lacks generator backup, relying on an electrical service system that combines multiple loads into a single switchboard, which is costly to modify. The new plan involves installing a 725kW generator to support the entire power load, including necessary infrastructure for fuel storage and distribution. Compliance with various electrical and mechanical codes, including NFPA standards, is emphasized, with a focus on minimizing costs while maintaining safety standards. Key design elements include the installation of automatic transfer switches, load stepping mechanisms to manage inrush currents, and a diesel fuel supply system capable of supporting the generator for a total of 96 hours of operation. Structural recommendations include concrete equipment pads for new installations to ensure proper support. This project demonstrates the VA's dedication to enhancing its facilities through effective resource management and safety compliance while providing reliable power backup for healthcare services.
    The document outlines the specifications for generator installation projects as part of federal and state/local infrastructure improvement initiatives. It details the current location of existing generators and identifies designated installation sites for new units. The purpose of this document is to facilitate the acquisition process for generators necessary to enhance power reliability in specific locations, adhering to federal guidelines and safety regulations. The project aims to support various government functions by ensuring that equipment is operational where needed most. Key considerations include logistical planning for generator transportation, installation requirements, and compliance with relevant codes. This initiative is aligned with broader government efforts to modernize energy systems and maintain operational readiness in facilities that serve public interests. Ultimately, the document serves as a preliminary resource for contractors and suppliers responding to RFPs related to generator installation within government projects, underscoring the need for efficient power solutions.
    The document outlines the price breakdown for a project involving a power upgrade at the VANCHCS McClellan Building 98. It details the costs associated with various divisions, including materials and labor, and emphasizes the need for a complete price breakdown for the entire project. Each division requires a comprehensive description with specific cost lines for materials, labor, overhead, profit, bonds, and insurance. It indicates the significance of thorough documentation to ensure clarity in expenses associated with the project. Additionally, the file allows for the inclusion of equipment and other cost factors as necessary. The structured format is typical for governmental RFPs and grants, aiming for transparency in budgeting and financial planning for construction-related projects. Overall, this document is a crucial element in the procurement process, facilitating precise project cost estimation and funding allocation.
    The document outlines a Request for Information (RFI) related to the VANCHCS McClellan Building 98 Power Upgrade project, part of the Veterans Affairs construction initiatives. It specifies the roles of the contracting officer and specialist, indicating that inquiries should be directed to them via provided email addresses. Contractors are instructed to submit RFIs using this form, detailing specific problems or information requests concerning the project. The form collects basic contractor information, including name, address, phone number, and email, although these fields remain blank in this instance. Additionally, it includes sections for the date requested, project manager's response, tracking numbers, and any amendments, ensuring a structured approach for managing contractor inquiries. The RFI process is essential for ensuring clarity and compliance throughout the project, aiming to facilitate effective communication between the VA and contractors. Overall, this document underscores the VA's systematic procedure for engaging with contractors during the planning and execution of significant infrastructure upgrades.
    The VANCHCS is planning a power upgrade for Building 98, which includes logistical details for a site visit. The designated parking and meeting location for stakeholders is at the loading dock. This project aims to enhance the electrical systems within the facility, ensuring operational efficiency and compliance with federal standards. Stakeholders will need to familiarize themselves with the site layout and specific access points as outlined in the included site visit map. Attention to these details is essential for successful collaboration on the upcoming upgrade work. This initiative reflects the federal government's commitment to maintaining and improving healthcare infrastructure.
    The document outlines logistical details for a site visit related to the solicitation 36C26125R0071, which concerns a power upgrade project at McClellan Building 98 in California. The site visit is scheduled for July 24, 2025, at 9:00 AM PDT, with participants required to convene at the specified loading dock. Attendees may explore McClellan Building 98 and other areas deemed relevant by the Contracting Officer Representative (COR). The date for submission of offers is set for August 13, 2025, by 9:00 AM PDT, following which Requests for Information (RFIs) must be submitted by July 30, 2025, using the designated RFI form. The document emphasizes the need for organized attendance and communication with the assigned escort, Kristin Tribble, reinforcing the structured approach typical in federal contracting procedures. Overall, this document serves to ensure that prospective offerors are informed of essential visit details and requirements for engagement in the bidding process for this government project.
    The document pertains to a Request for Information (RFI) regarding the relocation of a CAT XQ800 generator, identified as RFI 001 36C26125R0071. The generator has specific dimensions (360 in x 96 in x 168 in) and a weight of 45,000 lbs. The purpose of this RFI is likely to solicit input or resources for the power upgrade project associated with the generator's relocation. The document is digitally signed by an individual named Fensua Vang, confirming its authenticity. The nature of the RFI suggests an initiative within the federal framework for ensuring efficient power management, potentially tied to broader federal grants or contracts aimed at infrastructure enhancements. Overall, it signals a government effort to procure necessary equipment upgrades for operational or facility improvements.
    The document outlines requirements for a power upgrade project at the McClellan VA Medical Center, specifically detailing the installation of removable bollards and concrete pads for electrical and mechanical equipment. Key specifications include the design for the bollards, which must be schedule 40 steel with a 6-inch diameter, 48 inches in height, and powder-coated yellow. The document mandates secure placement with external padlocks and two-piece construction with embedment sleeves. Additionally, the contractor must coordinate with mechanical and electrical teams for concrete pad dimensions while ensuring compliance with seismic design standards and proper testing of the concrete's strength. Cast-in-place concrete must have a minimum compressive strength of 5,000 PSI, sealed surfaces, and include specific detailing for joint spacing and anchor bolt specifications. The document serves as a technical guide for contractors, emphasizing compliance, coordination, and safety in executing construction at the facility. Overall, it demonstrates the government’s commitment to upgrading infrastructure to meet operational needs and standards at VA facilities.
    This document provides technical specifications and updates for the construction project at the McClellan Veterans Affairs Medical Center, specifically focusing on the installation of bollards and concrete pads for mechanical and electrical equipment. The RFI 003 response introduces the new M-301 drawing as a replacement for M-301 in RFI 002, specifying that only removable bollards need to be sleeved, while stationary anti-ram bollards must be cement-filled. Both types of bollards must be set with footings, and eight removable and twelve stationary bollards are required. The document also outlines necessary construction practices for concrete pads, including minimum compressive strength requirements and detailed installation instructions for anchor bolts. Additionally, safety and compliance measures must be adhered to regarding federal, state, and local building codes, with specific emphasis on resealing, air-entrainment, and reinforcement requirements for concrete installations. In essence, this file serves to clarify precise installation measures and requirements for contractors involved in enhancing the facility's safety and structural integrity, demonstrating the government's push for stringent adherence to building standards in the provision of critical infrastructure.
    The document addresses a Request for Information (RFI) related to the "McClellan Building 98 Power Upgrade" as part of a federal project under the VA healthcare system. The RFI specifically inquires about the planned demolition of a tree at the proposed site for a new Main Switchboard/Automatic Transfer Switch (MSB/ATS), which may obstruct the installation of new underground conduits. The VA Project Manager's response confirms that the tree and its roots must be removed, as they interfere with the proposed utility pathways. This RFI serves to clarify essential site preparation needs before initiating the power upgrade project, ensuring compliance with existing plans and specifications outlined in accompanying documentation. The formalization of the RFI process highlights the importance of stakeholder communication and collaboration in public sector projects, aiming for clarity and precision before project execution.
    The document outlines a Request for Information (RFI) regarding the power upgrade project (RFI 005 36C26125R0071) scheduled for July 30, 2025. It specifies that the ductwork for the project must be constructed from PVC plastic for underground installations, while the above-ground conduit should be watertight rigid steel. Additionally, the contractor is tasked with ensuring the transition between conduit types adheres to the National Electric Code (NEC). This document plays a critical role in establishing the technical requirements necessary for the successful implementation of the power upgrade, emphasizing compliance with safety regulations that aim to protect both the infrastructure and public welfare.
    The document outlines a Request for Information (RFI) related to the McClellan Building 98 Power Upgrade project under RFQ# 36C26125R0071. The RFI addresses a specific inquiry from a contractor regarding the use of steel rigid conduit and its protection from concrete erosion, specifically seeking confirmation on whether it should be wrapped with 10 Mil tape. The VA project manager responded affirmatively, referring the contractor to the relevant specifications in the project documents for further details. This RFI process is part of the federal contracting protocol, allowing communication between contractors and project managers to clarify project requirements. The document includes standard fields for contractor information and a clear directive for submission to designated VA officials, emphasizing the structured communication flow essential in government contracting.
    Similar Opportunities
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    J061--Generator Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Veterans Affairs Medical Center in Milwaukee, Wisconsin. This presolicitation notice, identified as 36C25226Q0035, outlines the need for maintenance and repair of electric wire and power distribution equipment, categorized under Product Service Code J061 and NAICS Code 811310. The services are critical for ensuring the reliability and functionality of power systems within the facility, which is essential for supporting the healthcare services provided to veterans. Interested parties must submit their proposals by December 22, 2025, at 6:00 AM Central Time, and can direct inquiries to Contract Specialist Derrick Paquette at Derrick.Paquette@va.gov or by phone at 414-844-4859.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.