Z1DA--656-24-501 Install Remote Generator Annunciators
ID: 36C26325R0029Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Kaleb GleasonContract Specialist
515-001-3232 ext. 23232
kaleb.gleason@va.gov
Eric J Reis
Eric.Reis@va.gov
Files
Title
Posted
Jan 30, 2025, 9:05 PM UTC
The presolicitation notice issued by the Department of Veterans Affairs outlines a forthcoming Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota. This project, identified by contract number 656-24-501, is set aside entirely for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to be registered and certified as such in the VetCert database. The estimated construction cost is between $100,000 and $250,000, with a completion timeline of 100 calendar days from the Notice to Proceed. The contractor will be responsible for all aspects of installation, including procuring materials, and ensuring compliance with manufacturer specifications. The RFP is anticipated to be released by February 20, 2025, with further details available exclusively through the System for Award Management (SAM) website. Potential bidders must have a Unique Entity Identifier (UEI) and be active in SAM. All inquiries should be directed to the designated contract specialists, emphasizing a structured process for proposal submission and communication.
The St Cloud VA Health Care System requires the installation of five remote generator annunciators for emergency generators. The contractor is tasked with providing all necessary labor, materials, and tools to complete the installation in compliance with NFPA 99 standards. The work includes establishing a communication network for each generator, procuring compatible annunciator panels, and ensuring proper wiring and labeling. The project is divided into two priority phases; Phase One focuses on Generators 113 and 117, while Phase Two addresses Generators 112, 114, and 119. Working hours are primarily Monday to Friday but will expand to include Saturdays during the initial phase. Safety regulations concerning infection control and asbestos management must be adhered to, along with strict security protocols for personnel access. The contractor must also submit materials for approval, maintain a clean work environment, and provide a one-year warranty for the work completed. The project timeline outlines key milestones from contract award to completion, emphasizing efficient coordination with VA staff and compliance with safety standards.
Apr 11, 2025, 6:10 PM UTC
The file details an amendment to solicitation 36C26325R0029 issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office in Des Moines, IA. The purpose of the amendment is to revise key elements of the original solicitation including an extension of the proposal submission deadline to April 25, 2025, at 10:00 AM CDT. It includes the publication of critical questions and answers, as well as updates to the attached documents that are part of the bidding process. Offerors are required to acknowledge receipt of this amendment to remain eligible for consideration. The contact for inquiries is Kaleb Gleason, Contract Specialist, reinforcing the importance of compliance with the amendment for bid responsiveness. This document highlights procedural modifications typical in federal RFPs and the necessity for bidders to stay informed about changes affecting their proposals.
The document outlines a project for the U.S. Department of Veterans Affairs (VA) concerning the construction and infrastructure maintenance at the St. Cloud, Minnesota campus. Specifically, it details the installation of new pathways and conductors for multiple generators (B112, B113, B114, B117, and B119) to ensure operational efficiency and connectivity. The project involves utilizing existing conduits and wire trays, as well as installing new conduits where necessary. Key tasks quantified in the document include strategic installations for connecting the generators to existing pull boxes and Annunciator Panels. The drawings and notes in the document emphasize the need for compliance with safety and operational standards, underlining that certain existing infrastructure may be out of service or no longer used. This comprehensive approach underlines the VA’s commitment to improving its facilities' reliability and effectiveness, ensuring the essential power systems for its operations function seamlessly.
The Department of Veterans Affairs (VA) issued a memorandum on March 20, 2025, announcing a class deviation from the Federal Acquisition Regulation (FAR) in response to Executive Orders (E.O.) 14173 and 14168. This deviation implements changes to ensure compliance with E.O. 14173, which revokes E.O. 11246 regarding equal employment opportunity, and incorporates updates reflecting E.O. 14168 related to gender ideology definitions. The effective changes impact several FAR parts, specifically regarding solicitation and contract terms, effective immediately and expiring upon incorporation into FAR or rescindment. Contracting officers are instructed to refrain from including specific provisions tied to affirmative action and equal employment opportunity, and to amend existing solicitations to remove such clauses. Additionally, new clauses must be incorporated into future contracts where applicable. The memorandum underscores that despite the changes, civil rights laws still apply to contractors. The document aims to align federal contracting practices with new executive directives while clarifying the responsibilities of contracting officers amidst an evolving regulatory landscape.
Apr 4, 2025, 3:04 PM UTC
The document outlines a project involving the installation of new engineering fiber termination cabinets and associated infrastructure across multiple buildings, primarily focused on enhancing connectivity for various generators at a facility. Various buildings are mentioned, including Generators from Building 4 to Building 119, each with specific instructions for utilizing existing conduits, installing new conduits, and adding copper-to-fiber converters alongside UPS systems. Key aspects include verifying pathways and dimensions, implementing safety measures related to potential asbestos, and the necessity to provide jumper fiber connections between designated locations. The drawings serve as visual references while emphasizing the project’s design intent. The overall goal is to upgrade the fiber optic infrastructure to support the generators across these buildings, ensuring robust connectivity and enhancing operational efficiency. This documentation addresses guidelines for installation, adherence to safety protocols, and clarifies the project's requirements, seeking compliance with federal and state regulations within the context of infrastructure improvement funding opportunities.
Apr 4, 2025, 3:04 PM UTC
This document outlines essential work recommendations for constructing communication networks and integrating generator systems across several buildings. Each section details existing generators' specifications and the corresponding engineering infrastructure available for data transmission to remote annunciator panels. Key tasks include installing OEM-recommended cables and devices, such as copper-to-fiber converters, in specific rooms, and utilizing existing conduits while adding new ones where necessary. The documents cover Buildings 112, 113, 114, 117, and 119, detailing the communication networks leveraging the pre-existing fiber infrastructure, which includes multimode or single-mode fiber connections. The installation of Remote Generator Annunciators, along with the required power sources, is vital to ensure that alerts from the generators can be effectively monitored and managed. The guidance provided is crucial for enhancing operational reliability and system connectivity within the facility, while also ensuring compliance with engineering standards and best practices for data transmission. Overall, the file serves as a technical strategy for improving generator communication systems across multiple building sites, reflecting a systematic approach essential for federal or state infrastructure projects.
Apr 11, 2025, 6:10 PM UTC
This government document outlines the general requirements for a construction project associated with the VA Health Care System. Key points include safety requirements, the necessity for contractor compliance with various regulatory standards (OSHA, EPA), coordination with the Contracting Officer Representative (COR), and strict adherence to security measures due to the sensitive nature of the property. The contractor is responsible for all site preparation, including demolition, material management, and site restoration, ensuring minimal disruption to healthcare operations. Notable sections specify the conditions for project acceptance, the mandated use of appropriate identification badges for contractor personnel, and the coordination of utility services to maintain continuous operations. Furthermore, the document details construction site inspections, permit requirements, and the protection of existing structures and utilities during the project. The focus of this document is to ensure that the construction work is carried out safely and effectively while maintaining the operational integrity of the healthcare facility. By providing a comprehensive set of requirements, the document aims to facilitate successful project completion within established timelines and standards.
Apr 11, 2025, 6:10 PM UTC
This document outlines the records management obligations of Contractors working with Federal records for a specific agency. It establishes the definition of a Federal record, which includes all recorded information created or received by federal agencies and is eligible for preservation. Contractors must comply with various laws and regulations regarding records management, such as the Federal Records Act and the Privacy Act of 1974. Key requirements include maintaining records created for government use, preventing unauthorized destruction or disclosure, and ensuring proper safeguards are in place for sensitive information. Also, Contractors must notify the Contracting Officer of any unauthorized disclosures and must complete agency-provided records management training. The document mandates that all subcontractors adhere to these terms, emphasizing that any violations will be the Contractor's responsibility. Ultimately, the rights to all data and records produced under the contract are owned by the U.S. Government, ensuring personal and proprietary information is handled according to strict guidelines.
Apr 11, 2025, 6:10 PM UTC
The document outlines the General Decision Number MN20250099, effective February 7, 2025, pertaining to prevailing wage rates for building construction projects in Stearns County, Minnesota. It specifies requirements under the Davis-Bacon Act, which mandates paying at least the minimum wage under Executive Orders 14026 and 13658 for covered federal contracts. The minimum wage rate is determined by the contract date, with recent contracts requiring at least $17.75 per hour for covered workers. The wage determination details various labor classifications and their associated hourly rates and fringe benefits, covering a range of trades including electricians, carpenters, and plumbers. The document also presents a process for appealing wage determinations and clarifies the unlisted classifications that may be needed during work. This information is significant for contractors and subcontractors bidding on federal and state projects, ensuring compliance with wage standards and providing guidance on labor requirements.
Apr 4, 2025, 3:04 PM UTC
The St. Cloud VA Health Care System has issued a request for proposal (RFP) for the installation of five remote generator annunciator panels in their medical center's Boiler Plant Control Room. The contractor's primary responsibilities include furnishing labor, materials, and equipment to install, test, and commission these panels compliant with NFPA 99 standards. The project demands the establishment of a communication network for each generator, installation of necessary cabling, and coordination with the equipment manufacturer. Work progress will occur in two phases, with priority given to Generators 113 and 117. Contractors must abide by safety regulations, including maintaining a secure work environment and compliance with hospital policies. A one-year warranty for the installed work is required, alongside timely completion and submission of scheduled updates and deliverables. All personnel involved must undergo background checks to obtain necessary access badges, demonstrating adherence to the VA's security requirements. This project reflects the VA's focus on improving emergency generator systems at healthcare facilities while ensuring patient safety and operational compliance.
Apr 11, 2025, 6:10 PM UTC
The VA project addresses several logistical and operational inquiries regarding construction and installation tasks. Firstly, it confirms that the project is not tax-exempt. A designated CAT representative, Lucas Van Nevel, is available for product support, ensuring smooth communication. Regarding existing equipment, it has been stipulated that the current annunciator in Room 107 will remain intact, while new units will be installed on the south wall of Room 104, adhering to the provided drawings. Additionally, project management flexibility is highlighted, allowing the Project Manager to take on multiple onsite roles (Superintendent, Quality Control, and SSHO), streamlining operational efficiency. This document outlines critical aspects of the project structure, emphasizing the importance of compliance and clarity in roles and responsibilities, which is essential for successful execution under government RFPs.
Apr 11, 2025, 6:10 PM UTC
The document outlines the communication between a contractor and the VA regarding a request for proposals (RFP) for generator annunciator panels. A quote from Caterpillar was found lacking, as it did not include a necessary power supply for the annunciators and indicated a preference for copper over fiber connections, creating potential compatibility issues for future installations. It highlights concerns over the use of copper-to-fiber converters that Caterpillar cannot guarantee to work reliably. The VA mandates that proposals must include an implementation plan, with any copper network adhering to original equipment manufacturer (OEM) specifications. Significant revisions to the solicitation are implied due to the limitations highlighted. Attached documents detail a revised scope of work for the annunciators and accompanying infrastructure. The overall purpose is to clarify the requirements for bidders and ensure that any proposed solution is feasible and compliant with existing infrastructure standards.
Apr 11, 2025, 6:10 PM UTC
The document presents a compilation of questions and answers related to a Statement of Work (SOW) for a federal government Request for Proposals (RFP). Although specific content for each question is not provided in the file, the structure indicates a systematic inquiry process that addresses potential concerns or clarifications by prospective bidders. Each question may pertain to various aspects of the project outlined in the SOW, including scope, deliverables, financial considerations, compliance requirements, and timelines. The responses serve to clarify and guide bidders in their proposals, ensuring that all participants are adequately informed about the expectations and requirements set forth by the government agency. This Q&A format is a critical component of the RFP process, as it promotes transparency and fairness in the bidding process, facilitating better understanding and more competitive proposals from interested parties.
Apr 11, 2025, 6:10 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the installation of remote generator annunciators at the St. Cloud VA Health Care System. It is a set-aside solicitation exclusively for Service Disabled Veteran Owned Small Business (SDVOSB) concerns, emphasizing compliance with various federal acquisition regulations. The project includes furnishing all labor, materials, and equipment, with a performance period of 100 calendar days after the notice to proceed. The anticipated contract value ranges between $100,000 and $250,000, with a mandatory performance and payment bond required. Key submission requirements include a detailed technical approach, a project schedule, resumes of key personnel, and a comprehensive price proposal. A site visit is scheduled to aid prospective contractors in their proposal preparation. Proposals must be submitted electronically by a specified deadline, and evaluations will prioritize technical factors over price. The document emphasizes bidder compliance regarding bid guarantees, past performance reporting for veteran employment, and adherence to federal regulations. Overall, it signifies a structured procurement process aimed at enhancing the capabilities of the VA through targeted construction efforts by veteran-owned entities.
Apr 11, 2025, 6:10 PM UTC
The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the NETWORK 23 CONTRACTING OFFICE, concerning a project for the installation of remote generator annunciators. The primary purpose of this amendment is to provide essential updates, which include the publication of the site visit agenda and sign-in sheet, as well as responses to inquiries and clarification requests related to the project. Importantly, the bid submission deadline remains unchanged, with proposals due by April 11, 2025, at 10:00 AM Central Time. Attached documents that accompany the amendment include the site visit agenda, sign-in sheet, and a Q&A list addressing concerns raised by bidders. This amendment allows prospective contractors to better prepare their proposals by understanding the site context and clarifications on project requirements.
Apr 11, 2025, 6:10 PM UTC
The document is an amendment to solicitation number 36C26325R0029 issued by the Department of Veterans Affairs through the Network 23 Contracting Office. Key changes include an extension of the proposal submission deadline to April 18, 2025, at 10:00 AM (CDT). Additionally, various solicitation provisions and contract clauses have been amended in line with the attached document regarding Class Deviation from the Federal Acquisition Regulation (FAR) related to Executive Orders 14173 and 14168. It is emphasized that offerors must acknowledge and comply with these amendments to be considered responsive. The point of contact for this solicitation is Kaleb Gleason, a Contract Specialist at the VA, and the document concludes with the name of the Contracting Officer, Eric Reis. This amendment serves to ensure proper communication of regulatory changes and submission guidelines to potential bidders, reflecting the government’s structured approach to procurement processes.
The VAAR 852.219-75 outlines limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) involved in federal contracts. According to the certification requirements, contractors must ensure that they do not subcontract more than a specified percentage of the amount paid by the government to non-certified firms. For services, the limit is 50%, for general construction, 85%, and for special trade construction, 75%. The document emphasizes the need for compliance with these limits and reiterates that subcontracting actions by similarly situated firms count towards the specified thresholds. It carries legal implications, as providing false information can lead to penalties. Additionally, contractors are required to maintain documentation of compliance for the VA's review throughout the contract's duration. A formal certification must be completed and submitted with any offer, ensuring that only compliant bids are considered for award. This framework underscores the government's commitment to supporting veteran-owned businesses by enforcing fair contracting practices within federal procurement processes.
The document outlines a pre-proposal site visit agenda for a federal solicitation, specifically for the installation of remote generator annunciators at the St. Cloud VA Medical Center. It emphasizes the project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and includes key details such as the solicitation number (36C26325R0029), project scope, and estimated construction costs ranging from $100,000 to $250,000. Proposals are due on April 11, 2025, and must adhere to specific submission guidelines. Participants are informed about bonding requirements, wage rates, and tax inclusions, noting that no state sales tax exemption will be provided. The evaluation process for proposals is clarified, emphasizing that the most advantageous proposal to the government will be selected based on defined criteria. Queries regarding the solicitation must be submitted via email by a specified deadline, with all responses documented for transparency. The contractor will be responsible for various tasks, including system installation, communication network setup, and compliance with safety standards. This document serves as a vital communication tool to facilitate clear understanding and participation in the bidding process.
Apr 11, 2025, 6:10 PM UTC
The document pertains to a federal Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System. Scheduled for a pre-bid site visit on March 20, 2025, at 9:00 AM CST in Building 3, Room 207C, the RFP involves key personnel including Contracting Officer Eric Reis and Contract Specialist Kaleb Gleason. The announcement aims to attract contractors equipped to undertake the specified installation work, adhering to VA guidelines. Interested parties are encouraged to attend the site visit for a comprehensive understanding of the project requirements and scope. This initiative reflects the VA's commitment to enhancing operational reliability through technological upgrades in their healthcare facilities.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
Buyer not available
The Department of Veterans Affairs is soliciting bids for the remodeling of Building 51-1 Eastside at the St. Cloud VA Medical Center in Minnesota, under solicitation 36C26325B0007. The project aims to renovate the first floor of the Community Living Center, focusing on enhancing facilities for dementia patients while ensuring compliance with federal and state health regulations. This substantial renovation, covering approximately 5,820 square feet, includes demolition, infrastructure upgrades, and the installation of safety features, with a budget estimated between $2 million and $5 million. Interested contractors, particularly Service Disabled Veteran Owned Small Business (SDVOSB) firms, must submit proposals by the specified deadline and can contact Senior Contracting Officer Traci A Johannes at Traci.Johannes@va.gov for further details.
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.
6515--Generator Package
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide a generator package for the San Diego VA Health Care System. This procurement aims to identify small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of supplying, installing, configuring, and maintaining a generator that utilizes electroporation technology for cardiac tissue treatment. The generator package is critical for enhancing the operational capabilities of VA facilities, ensuring high-quality medical services are delivered to veterans. Interested parties must submit their responses by March 14, 2025, and can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov for further details.
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.
656-25-209 Repaint Water Tower
Buyer not available
The Department of Veterans Affairs is seeking a qualified contractor to repaint the water tower at the Saint Cloud VA Medical Center in Minnesota. The project requires the contractor to provide all necessary labor, materials, and equipment to safely contain hazardous materials, sandblast the exterior, and apply multiple coats of paint, restoring the historic appearance of the tower with specific color requirements. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the government's commitment to supporting veteran-owned enterprises. Interested bidders must submit their proposals electronically by April 29, 2025, with a project cost estimated between $500,000 and $1,000,000, and are encouraged to contact Marc Del Valle at marc.delvalle@va.gov for further inquiries.
5950--528A5-24-516 - Replace 5MV Transformer
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the replacement of a 5 MVA transformer at the Canandaigua VA Medical Center in New York, under project designation 528A5-24-516. Contractors will be required to provide all necessary labor, materials, and equipment to safely disconnect, remove, and install the transformer, ensuring compliance with the National Electrical Code and manufacturer standards. This project is crucial for maintaining the facility's infrastructure and enhancing its operational capabilities, with an estimated duration of three years due to procurement lead times and a projected cost range of $250,000 to $500,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should note that the solicitation is expected to be released on or about May 9, 2025, with a site visit anticipated around May 20, 2025; for further inquiries, contact Devan Bertch at Devan.Bertch@va.gov or 716-698-6459.
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.
Z2DZ--402-24-C10 - Emergency Power Upgrades
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), and other Small Businesses (SBs) for a Firm-Fixed-Price contract to implement emergency power upgrades at the Togus Veterans Affairs Medical Center (VAMC) in Maine. The project involves the procurement and installation of materials and systems to ensure reliable power during outages, including the installation of automatic transfer switches and the identification of circuits not currently covered by existing generators. This initiative is critical for maintaining operational continuity and safety in healthcare facilities, particularly during power disruptions. Interested parties must submit a statement of intent and relevant documentation by May 12, 2025, at 4:30 PM EST to Contract Specialist Andrew Merical at Andrew.Merical@va.gov, and must be registered in the System for Award Management (SAM) to be considered for this opportunity.
Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Fort Wayne Campus of the VA Northern Indiana Health Care System, under Project No. 610A4-20-107. This project, estimated to cost between $2,000,000 and $5,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and requires the installation of a nonproprietary fire alarm system, along with training for VA maintenance personnel. The work must be completed within 270 days from the notice to proceed, with proposals due by May 23, 2025, following a site visit on May 1, 2025. Interested contractors should direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov, ensuring compliance with all federal contracting regulations and wage determinations.
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.