J059--BK/SA Electrical ITM Service
ID: 36C24226Q0023Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide electrical system inspection, testing, and maintenance services at the Brooklyn VA Medical Center and St Albans Community Living Center. The procurement aims to ensure the operational integrity and safety of various electrical assets, including switchgear, transformers, circuit breakers, and generators, with a focus on compliance with NFPA and OSHA standards. This contract is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a total estimated value of $19 million over a base year and four option years. Interested vendors must submit their quotes by November 12, 2025, at 4:30 PM EST, and can direct inquiries to Contract Specialist Christopher J Weider at Christopher.Weider@va.gov.

    Point(s) of Contact
    Christopher J WeiderContract Specialist
    Christopher.Weider@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C24226Q0023, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2, extends the period for questions until November 10, 2025, at 12:00 PM. The primary purpose is to offer site visits for the Electrical System Inspection, Testing, and Maintenance project at both the Brooklyn VA Medical Center (800 Poly Place, Brooklyn, NY 11209) and the St. Albans Community Living Center (179-00 Linden Blvd., Jamaica, NY 11425). Site visits are scheduled for Friday, November 7, 2025, at 10 AM and 2 PM, respectively. Contractors interested in attending must email the Contract Specialist and facility POCs by 3 PM ET on Thursday, August 6, 2025.
    This document is an amendment to a solicitation for electrical system inspection, testing, and maintenance services at the Brooklyn VA Medical Center and St Albans Community Living Center. The amendment extends the deadline for offers to November 17, 2025, at 4:30 PM EST and provides answers to vendor questions. Key details include clarification on the scope of breaker maintenance services for both locations, specifying which breakers require maintenance, inspection, and infrared scanning. Additionally, the amendment correlates specific PWS sections for circuit breaker maintenance schedules over a five-year period with corresponding SLINs for the base year and option periods. The period for submitting further questions is now closed.
    This amendment modifies solicitation 36C24226Q0023, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2, to extend the offer receipt date to November 18, 2025, at 4:30 PM EST. The purpose of this amendment is to address vendor questions regarding electrical system inspection, testing, and maintenance at the Brooklyn VA Medical Center and St Albans Community Living Center. Key clarifications include primary injection testing requirements for switchgear and specific buildings in St. Albans for year one only, with secondary testing thereafter. The VA will accommodate temporary power for testing equipment and confirms that oil changes are due per manufacturer specifications. The contractor is responsible for waste oil disposal. The VA will provide single-line diagrams, and relay test reports must comply with NFPA requirements. Annual work is to be conducted consecutively within an 8-weekend period per campus, with outage schedules determined post-award.
    This government solicitation (36C24226Q0023) is an RFP from the Department of Veterans Affairs for electrical system inspection, testing, and maintenance services at the New York Harbor Healthcare System’s Brooklyn and St. Albans facilities. The contract includes a base year (December 2025 - November 2026) and four option years, covering electrical equipment (switchgear, transformers, circuit breakers, switches, protective relays) and 15 generators. Key requirements include NETA-certified personnel, adherence to NFPA and OSHA standards, infrared scanning, load bank testing for generators, and detailed reporting. Corrective maintenance and repairs are addressed separately via contract modifications. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 238210 (Electrical Contractors) and a $19 million size standard. Quotes are due by November 12, 2025, at 4:30 PM EST.
    The Department of Veterans Affairs, Network Contracting Office 2, intends to solicit quotes for electrical system inspection, testing, and maintenance services at the Brooklyn and St. Albans VA medical facilities. This presolicitation notice, under solicitation number 36C24226Q0023, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The VA anticipates issuing an RFQ around October 31, 2025, with a base year performance period from December 1, 2025, to November 30, 2026, plus four one-year options. Prospective offerors must be registered in SAM.gov, with the NAICS code 238210 and product service code J059. Questions must be emailed to Contract Specialist Christopher Weider at Christopher.Weider@va.gov, referencing the RFQ number in the subject line. The response deadline is November 12, 2025, at 4:30 PM Eastern Time.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 2 has issued a Sources Sought Notice (36C24226Q0023) for Electrical ITM (Inspection, Testing, and Maintenance) Services for two VA healthcare facilities in New York City, specifically Brooklyn and Queens. The purpose of this notice is for market research to gather information on contractors capable of providing electrical system ITM services, with an anticipated start date around early November 2025. The NAICS code for this requirement is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a size standard of $19.0 Million. The government is seeking information to determine the viability of setting aside the contract for specific socio-economic categories. Interested parties must submit company details, capability statements, examples of similar work, SAM UEID number, socio-economic certifications, Federal Supply Schedules, experience instances, teaming agreements, certifications, and comments on attached documents by September 24, 2025, at 4:30 PM ET. Specific questions regarding self-performance, subcontracting, and years of experience for both the company and proposed technicians are also requested to aid in procurement strategy.
    This government file details an extensive inventory of electrical and mechanical equipment across various buildings and locations in Brooklyn, including Building 1, B-200A, B-127, B-124, B-120, B-301, B-401, B-400 (Cage), Building 4-Gen rm, Chiller Plant, and Boiler Plant. The inventory lists solar panels, distribution systems, switchgear (SWGR), fire pump components, various panels (SB, SBL, DB, HDP, EDP, ATS, etc.), transformers (Federal Pacific, Square D, Siemens, TI-I), automatic transfer switches (ATS), chillers, and associated power infrastructure. The document also includes maintenance instructions for busways, specifically advising proper torque checks, tightening, exterior cleaning, and infrared scanning at equipment entry and connection points. This comprehensive listing is likely part of a federal, state, or local RFP or grant for electrical infrastructure upgrades, maintenance, or assessment, focusing on power distribution, backup systems, and large-scale mechanical installations.
    This government file details a comprehensive inventory of electrical and power generation equipment across various buildings at the St. Albans facility, including Building 89, Building 85/86/87, Building 88, Building 91/92/93, Building 176, Building 60, Building 64, and Building 173. The inventory meticulously lists Automatic Transfer Switches (ATS) from manufacturers like ASCO 7000 Series, Square D, and GE ZENITH ZTG, along with their serial numbers. Transformers, including Westinghouse, Cutler-Hammer, and I.T.E POWER TRANSFORMER units, are also itemized, some with specific serial numbers and kVA ratings. The document further identifies various distribution boards, switchboards, feeders, and oil-filled transformers located both inside and outside buildings. Additionally, it provides a list of fire pump panels and motors, and a detailed breakdown of generators by building, including their KW capacity and model numbers. The primary substation in Building 169 is also noted, with its main and tie breakers. This document likely serves as a foundational component for federal government RFPs related to maintenance, upgrades, or new installations of electrical and power systems at the St. Albans facility.
    The document provides a detailed inventory of electrical assets at the Brooklyn Breakers facility, likely for a government RFP related to infrastructure upgrades or maintenance. It lists various assets such as chillers, automatic transfer switches (ATS), motor control centers (MCC), and feeder panels, categorizing them by type, frame, and associated building or function. The inventory includes different manufacturers and models like AKRU, MDSX, MDSL, SBS, and Magnum series, noting their respective frame sizes, which indicate their current capacity. This comprehensive listing is crucial for planning, assessing, or implementing electrical system modifications, ensuring compliance with safety and operational standards in a government-funded project.
    The Department of Veterans Affairs, New York Harbor Healthcare System, requires electrical system inspection, testing, and maintenance services for its Brooklyn and St. Albans facilities. This Statement of Work outlines requirements for contractors to maintain electrical power distribution systems, including transfer switches and fifteen generators. The contract spans a base year with four option years, from November 2025 to October 2030. Key requirements include infra-red scanning, visual inspections, electrical tests, and detailed maintenance schedules for various electrical components, such as switchgear, transformers, and circuit breakers. Generator services involve annual load bank testing, fuel quality testing, and comprehensive reporting. Contractors must be NETA or NICET certified, possess five years of experience in a healthcare setting, and adhere to strict safety regulations (OSHA, NFPA). The SOW also details reporting procedures, corrective maintenance protocols, warranty enforcement, and privacy training requirements for personnel.
    This government file outlines various procedures and guidelines, likely pertaining to federal grants or RFPs. It details processes for submitting proposals, managing financial aspects, and ensuring compliance. Key sections include instructions for application submission, budget allocation, reporting requirements, and project execution. The document also addresses specific categories such as evaluation criteria, stakeholder engagement, and technical specifications. It emphasizes adherence to regulatory standards and transparent communication throughout the project lifecycle. The intricate structure suggests a comprehensive framework for government-funded initiatives, ensuring accountability and efficient resource utilization.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    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.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide medical gas system inspection and preventive maintenance services at the VA New Jersey Healthcare System's East Orange and Lyons campuses. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to deliver all necessary labor, materials, and equipment for a comprehensive preventive maintenance program, including annual inspections and testing in compliance with NFPA 99 and VA specifications. The contract is crucial for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. The estimated period of performance is from February 1, 2026, to January 31, 2027, with four option years, and the Request for Quote (RFQ) is expected to be released around December 8, 2025, with quotes due by December 17, 2025. Interested parties should register on SAM.gov to participate and obtain further details.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2,000,000 and $5,000,000 and a completion timeframe of 365 days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested bidders should contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further details.