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
    Description

    The Department of Veterans Affairs is seeking proposals for the installation of remote generator annunciators at the St. Cloud Health Care System in Minnesota. The project involves furnishing all labor, materials, and equipment necessary to install, test, and commission five hard-wired remote generator annunciator panels, ensuring compliance with NFPA 99 standards and establishing a communication network for each generator. This initiative is crucial for enhancing the operational reliability of emergency generators within the healthcare facility, with a contract value estimated between $100,000 and $250,000 and a performance period of 100 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by the specified deadline and can contact 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
    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 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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    6110--676-22-122 Replace Electrical Switchgear
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable operational services, including steam heat and sterilization, as the existing equipment is outdated and prone to failure. This project is particularly significant as it underscores the VA's commitment to enhancing healthcare facilities for veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals by March 27, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Gregory T Block at Gregory.Block@va.gov. The estimated project budget ranges from $1,000,000 to $2,000,000.
    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 soliciting bids for the replacement of fused and obsolete electrical panels at the Hudson Valley VA Medical Center, Montrose Campus, under Project Number 620-15-111. The project aims to modernize the electrical systems across multiple buildings, ensuring compliance with current safety standards and minimizing disruptions to patient care during construction. This initiative is crucial for enhancing the reliability and safety of the healthcare facility's electrical infrastructure, thereby supporting the VA's commitment to quality service. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically, with an estimated construction cost between $500,000 and $1,000,000, and a project completion timeline of 300 calendar days from the notice to proceed. For further inquiries, contact Contracting Officer Daniel Barone at daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    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 sources capable of supplying, installing, configuring, and maintaining a generator package that utilizes electroporation technology, specifically focusing on irreversible electroporation (IRE) and Pulsed Field Ablation (PFA) methods for cardiac tissue treatment. The initiative is crucial for enhancing the operational capabilities of VA facilities, ensuring they can deliver effective medical services. Interested parties, particularly small businesses including Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, must submit their responses by March 14, 2025, and are encouraged to contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or 562-766-2234 for further details.
    H161--Generator Load Banking
    Buyer not available
    The Department of Veterans Affairs is seeking qualified service providers for a Generator Load Banking project at the C.W. Bill Young VA Healthcare System in Bay Pines, Florida. The procurement involves conducting annual load bank tests on eight generator units, ensuring compliance with Joint Commission standards, and requires contractors to have at least five years of relevant experience and safety training. This initiative is crucial for maintaining the reliability of power supply to essential medical services, with a potential firm-fixed price contract lasting five years, starting June 28, 2025. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and Women-Owned Small Businesses, must respond by March 14, 2025, and direct inquiries to Contract Specialist William Penhallegon at william.penhallegon@va.gov or 727-398-6661 Ext 10082.
    36C24225B0017 NextGen WiFi Upgrades Manhattan, St. Albans
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "NextGen WiFi Upgrades" project at the Manhattan and St. Albans VA Medical Centers, specifically targeting Service Disabled Veteran-Owned Small Businesses (SDVOSBs). This federal contract, valued between $100,000 and $250,000, aims to enhance the technological infrastructure of the facilities, ensuring improved connectivity and service delivery for veterans. Contractors will be required to comply with various federal regulations, including safety standards, wage determinations, and limitations on subcontracting, with a performance period of 70 days post-award. Interested parties must submit their proposals by March 27, 2025, and can contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further inquiries.
    Z2DA--589A5-24-103, Replace Generators and Automatic Transfer Switches - EK
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for project 589A5-24-103, which involves replacing generators and automatic transfer switches at the Topeka VA Medical Center. The procurement aims to gather information from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) within the plumbing, heating, and air-conditioning contractors sector, with an estimated project budget ranging from $250,000 to $500,000. This initiative is crucial for enhancing the functionality and reliability of the facility's power systems, ensuring compliance with applicable standards during the removal and installation processes. Interested contractors must submit their capability statements by email to Tim Fitzgerald at timothy.fitzgerald@va.gov by 2:00 PM CDT on March 20, 2025, with the solicitation expected to be posted around March 24, 2025.
    N063--598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Repair/Replacement of Fire Alarm Systems at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. The project aims to replace the existing fire alarm systems with a new EST-4 programmable Fire Alarm Control Panel while ensuring minimal disruption to hospital operations and adhering to strict safety and security protocols. This initiative underscores the VA's commitment to maintaining high standards of safety for both patients and staff within its facilities. Interested contractors must submit their proposals electronically, with a project budget estimated between $2 million and $5 million, and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further inquiries. The RFP number is 36C25625R0055, and the proposal submission deadline will be specified in the RFP documents available on the SAM.gov website.
    656-25-209 Repaint Water Tower
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for a project to repaint the water tower at the Saint Cloud VA Medical Center in Minnesota. This project is designated as a total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified as SDVOSBs under the North American Industry Classification System (NAICS) code 237110, which pertains to water and sewer line construction, with a small business size standard of $45 million. The estimated construction cost ranges between $500,000 and $1,000,000, and bids are expected to be opened on April 29, 2025, with a performance period of 180 days following the Notice to Proceed. Interested parties should direct any inquiries in writing to the Contract Specialist, Marc Del Valle, at marc.delvalle@va.gov, and must monitor the System for Award Management (SAM) website for solicitation documents and updates.
    Preventative Maintenance Elevator Services at Minneapolis VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance elevator services at the Minneapolis VA Medical Center, with a contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Contractors will be responsible for providing labor, materials, and specialized equipment to ensure the proper maintenance and repair of various elevators, adhering to industry standards and safety regulations. This contract, valued at approximately $22 million, emphasizes the importance of operational efficiency and compliance with legal standards in healthcare facilities. Interested parties should contact Theresa (Tess) Thunder at theresa.thunder@va.gov or 701-239-3700 for further details and to review the solicitation documentation, which includes specific requirements and deadlines for proposal submission.
    Generator Service and Load Bank Test
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for generator service and load bank testing at the Roseburg VA Health Care System in Oregon. The procurement includes annual servicing of generators according to manufacturer specifications and a mandatory 4-hour load bank test in compliance with NFPA 110 standards, ensuring reliable power supply for critical operations. This contract emphasizes the importance of adhering to safety and environmental guidelines while supporting veteran-owned businesses in federal contracting. Interested contractors must submit their offers, including a signed solicitation document and relevant certifications, to Robert B Weeks at robert.weeks@va.gov or by phone at 253-888-4939, with work expected to commence within 60 days of notice.