Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
ID: 36C25026B0006_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.

    Point(s) of Contact
    Brian RosciszewskiContract Specialist
    Brian.Rosciszewski@va.gov
    Files
    Title
    Posted
    The Northern Indiana VA Healthcare System in Fort Wayne is undertaking Project #610A4-23-101, "Upgrade Campus Electrical Systems," involving a 6,600 sq. ft. addition to Building 1 for new electrical distribution equipment and three 600 kW standby generators. The project entails demolishing Building 16, removing existing electrical equipment, and installing new generators, automatic transfer switches, and unit substations. Key aspects include environmental and energy efficiency goals, minimizing disruption to patients, hazardous abatement, and detailed design narratives for civil, landscape, structural, architectural, fire protection, plumbing, mechanical, and electrical systems. The estimated construction budget is $18,629,200.00, with a bid submission deadline of December 18th, 2024.
    This document outlines the specifications for SOUNDBLOX Type RSC/RF sound absorptive concrete masonry units, intended for the UPGRADE CAMPUS ELECTRICAL SYSTEMS project in Fort Wayne, Indiana. It details product characteristics like size, type, solid content, and equivalent thickness, along with installation guidelines emphasizing skilled labor and proper mortar application. The document highlights the units' ability to provide sound absorption while accommodating vertical reinforcing, thermal insulation, or conduits. It also covers performance aspects such as painting, fire endurance (up to 3 hours), and code acceptance, including use in seismic zones. Detailed tables provide concrete masonry wall properties and steel reinforcement properties for various bar sizes and f'm (psi) values, along with out-of-plane resisting moment and shear data for partially grouted masonry. Sound absorption coefficients for different frequencies and thicknesses are also presented.
    The document,
    The document, part of Project # 610A4-23-101, "UPGRADE CAMPUS ELECTRICAL SYSTEMS" in Fort Wayne, Indiana, details HVAC calculations and product data. It includes sizing summaries for a "Heating Only Z02" system, a "Package RTU" system, and a "Package RTU(1)" system, all under the alternative of "Upgrade electric as proposed." The "Heating Only Z02" system covers 1978.7 sqft with a heating load of 10.9 MBH, primarily for a generator room. The main "Package RTU" serves 6308.9 sqft with a total cooling load of 28.0 Tons (336.0 MBH) and a heating load of 14.9 MBH, distributed across corridors, electrical rooms, and a generator control room. The "Package RTU(1)" system covers 221.8 sqft for an ATS Room, with a total cooling load of 0.8 Tons (9.3 MBH) and a heating load of 1.0 MBH. Each system's heat balance, psychrometrics, and zone/space loads are meticulously calculated, identifying peak load times and relevant environmental conditions. Additionally, product data for an AER-24 Sidewall Direct Drive Fan (Model: AER-24) is provided, detailing its performance, dimensions, and motor specifications, including an airflow of 1,827 CFM and a 1/2 hp motor.
    The General Decision Number IN20250002, effective December 5, 2025, outlines prevailing wage rates for building construction in numerous Indiana counties, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed or extended). The document specifies wage and fringe benefit rates for various trades, including Asbestos Workers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Glaziers, Cement Masons, Plasterers, Plumbers, and Pipefitters, categorized by specific counties or regions within Indiana. It also includes details on paid holidays and vacation pay for some classifications. The decision emphasizes compliance with Executive Order minimum wage rates and the annual adjustment of these rates.
    The document, Appendix D for Project # 610A4-23-101 "UPGRADE CAMPUS ELECTRICAL SYSTEMS" in Fort Wayne, Indiana, details extensive electrical calculations, specifically focusing on Equipment Duty, HV Momentary, and LV Momentary Reports. The Equipment Duty Report identifies several circuit breakers from manufacturers like Cutler Hammer, GE, WH, West, and SQD that show
    The document outlines the
    The Department of Veterans Affairs, Northern Indiana Healthcare Systems, is undertaking Project No. 610A4-23-101 to upgrade campus electrical systems in Fort Wayne, IN. The bid submission deadline is August 11th, 2025. The project involves extensive demolition and new construction across various divisions, including general requirements, existing conditions, concrete, masonry, metals, thermal and moisture protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. Key components include upgrading electrical infrastructure with new substations, switchgear, transformers, and emergency services. The project specifies detailed requirements for safety, security, waste disposal, utility management, alterations, and adherence to various federal regulations. Bid items include deduct alternates for electrical components, such as spare breakers, the Energy Monitoring and Control System (EMCS), and types of medium-voltage transformers. The contractor is responsible for site preparation, maintaining security, coordinating utility interruptions, protecting existing infrastructure, and providing as-built drawings and a warranty management plan.
    The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all VHA health care personnel (HCP). This directive requires HCP to receive an annual flu shot or obtain an exemption for medical or religious reasons. Compliance is a condition of employment, with potential disciplinary action up to removal from federal service for non-compliance. HCP with exemptions must wear a face mask throughout the influenza season. The directive outlines responsibilities for various VHA officials in implementing and overseeing the program, including notification, vaccination procedures, exemption processes, documentation, and addressing violations. The policy aims to prevent influenza transmission within VHA facilities, aligning with national health goals and recommendations from organizations like the CDC.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction is a critical attachment for federal government bids, specifically for VA contracts. Failure to submit a fully and properly completed certification will result in the offer being rejected. Key information required includes the offeror's legal name, printed name and title of the signee, signature, date, and company name and address, all matching SAM.gov registration. The certification outlines subcontracting limitations based on the type of contract: for general construction, contractors cannot pay more than 85% of the government-paid amount to firms that are not certified SDVOSBs or VOSBs. Materials costs are excluded. The document stresses that false certifications can lead to severe penalties, including criminal prosecution. Offerors must cooperate with the VA by providing documentation to demonstrate compliance, with failure to do so potentially resulting in remedial action. This certification is mandatory for all offers, and its absence will render a bid ineligible for award.
    The Department of Veterans Affairs (VA) Network 10 Contracting Office has issued Request for Information (RFI) 36C25026B0006 for the "Upgrade Campus Electrical System" project (610A4-23-101) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. This RFI seeks questions and requests for clarification from contractors regarding the solicitation, specifications, and drawings. Contractors must submit all questions in a single document, specifying relevant sections or drawing numbers, to Contract Specialist Brian Rosciszewski (Brian.Rosciszewski@VA.gov). The email subject line must be "RFI – {Solicitation #} – Firm Name." The VA will respond to all RFIs via amendments issued on SAM.gov or directly via email.
    The Department of Veterans Affairs (VA) is soliciting bids for the "Upgrade Campus Electrical System" project (Solicitation Number 36C25026B0006) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. This project involves the demolition of Building 16, two existing generators, and fuel tanks, followed by the construction of a 6,600 square foot addition to Building 1. The new addition will house a new campus electrical distribution system, including three 600 kW generators, electrical switchgear, automatic transfer switches, and three new substations. The estimated magnitude of construction is between $10,000,000 and $20,000,000. This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Bids, including a bid guarantee, must be submitted digitally via email by February 12, 2025, at 10:00 AM EST. A virtual public bid opening will follow one hour later. A mandatory pre-bid site visit is scheduled for January 7, 2026, at 11:00 AM ET. Contractors must comply with various federal regulations, including SAM registration, VETS-4212 reporting, and specific bonding, security, and health requirements, such as annual influenza vaccinations for on-campus personnel. The contract will be a Firm-Fixed-Price type.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--NRM| 503-21-102 Correct FCA Electrical Deficiencies Phase 1 (VA-26-00004932)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a construction contract to address electrical deficiencies at the Altoona Veteran Administration Medical Center in Pennsylvania. The project involves replacing the electrical systems and requires compliance with applicable codes, VA policies, and contract terms, with the contractor responsible for all necessary tools, labor, materials, and supervision. This opportunity is set aside for small businesses under NAICS Code 236220, with an estimated construction cost between $5 million and $10 million. Interested parties should prepare for the solicitation, which will be available on SAM.gov around January 15, 2026, and direct any inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    VANIHCS FW Generator Load Bank Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide annual generator, automatic transfer switch (ATS), and load bank testing services for the Northern Indiana Health Care Systems Fort Wayne Campus. The procurement requires the contractor to furnish all necessary labor, supervision, equipment, and materials to perform biannual preventive maintenance, annual load bank testing, and 24-hour emergency callback services in accordance with manufacturer requirements. This service is critical for ensuring the reliability and operational readiness of emergency power systems within the healthcare facility. The solicitation, identified as 36C25026Q0198, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an anticipated issuance date around January 25, 2026, and a response deadline of February 27, 2026. Interested parties may contact Samuel R. Galbreath at Samuel.Galbreath@va.gov or by phone at 301-456-3435 for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is seeking qualified contractors for the remodel of Building 1 at the Northern Indiana Health Care System in Marion, Indiana. This project involves extensive renovations of approximately 20,000 square feet, including hazardous material abatement, complete interior demolition, and new construction, which will feature a new elevator and structural frame due to existing instability. The remodel is crucial for enhancing the facility's operational capabilities and ensuring compliance with modern safety and accessibility standards. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their proposals by November 6, 2025, and can direct inquiries to Contracting Specialist Elizabeth Finley at Elizabeth.Finley1@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    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--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for the HVAC replacement, as well as general construction and electrical work. The HVAC system upgrade is crucial for maintaining a comfortable and safe environment for the facility's operations, which serve veterans. Interested bidders must submit their proposals electronically by January 19, 2026, at 5 PM EST, with a public bid opening scheduled for January 20, 2026, at 2 PM EST. For further inquiries, contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--Update Patient Wifi 610A4-25-226
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to update the patient Wi-Fi system at the VA Northern Indiana Health Care System – Fort Wayne Campus. This presolicitation opportunity, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves replacing outdated routers, installing new access points, firewalls, switches, and antennas across multiple buildings on the campus, ensuring seamless integration of the latest technology. The project is critical for enhancing patient connectivity and overall service quality, with a performance period of 90 calendar days from the Notice to Proceed. Interested parties should contact Eric Sweatt at eric.sweatt@va.gov for further details and to express their interest in this opportunity.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems and improving grounding across various buildings at the Iowa City VA Health Care System. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and equipment to complete the work within 365 calendar days of the Notice to Proceed, with an estimated construction cost between $1,000,000 and $2,000,000. Key deadlines include a bid submission due date of December 30, 2025, and a deadline for questions by December 10, 2025; interested parties should contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or 651-293-3070 for further information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.