Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
ID: 36C26325B0008Type: 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 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for the Emergency Electrical System Upgrades project (Project Number: 636-25-307) at the Omaha Veterans Affairs Medical Center in Nebraska. This project aims to address electrical deficiencies by replacing and installing critical electrical components, including conduits and junction boxes, 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 (SDVOSBs), has a value between $500,000 and $1,000,000, with proposals due by April 22, 2025, and a mandatory site visit scheduled for March 26, 2025. Interested contractors should direct inquiries to Contract Specialist Tommy L Opal at Tommy.Opal@va.gov.

Point(s) of Contact
Tommy L OpalContract Specialist
Tommy.Opal@va.gov
Files
Title
Posted
Apr 3, 2025, 6:05 PM UTC
The document outlines a U.S. Department of Veterans Affairs solicitation for the Emergency Electrical System Upgrade project (Project Number: 636-25-307). The project aims to rectify electrical deficiencies at the VA facility by replacing, installing, and testing electrical components including conduits and junction boxes. Specifically set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns, it emphasizes compliance with the Veterans First Contracting Program, expecting at least two bids from qualified contractors. The contract type is Firm-Fixed-Price, with a cost range between $500,000 and $1,000,000, and requires performance bonds. Interested contractors must adhere to several compliance requirements, including registering in the System for Award Management (SAM) and reporting on veteran employment. Key deadlines, submission requirements, and technical inquiries are specified throughout the document. A site visit is also scheduled for bidders to assess the work conditions. Overall, this solicitation embodies the government's commitment to improving veteran services while ensuring that contracting opportunities prioritize veteran-owned enterprises, promoting economic inclusion and community support.
Feb 7, 2025, 3:19 PM UTC
The Presolicitation Notice outlines the upcoming solicitation for Contract Number 36C26325B0008, focusing on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, NE. This contract is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) in compliance with Public Law 109-461. The anticipated project entails expanding emergency power systems in critical areas of the medical facilities, addressing significant safety deficiencies that impact patient care. The project includes the removal and installation of electrical conduits, cables, and junction boxes, with a completion timeline of 365 days from issuance of the Notice to Proceed. The solicitation is expected to be released around February 24, 2025, with bids due by March 26, 2025. All interested bidders must be registered in the System for Award Management (SAM) and have a Unique Entity Identifier (UEI). Questions should be submitted via email only, as no phone inquiries will be addressed. This notice serves to inform potential contractors of the requirements and conditions surrounding the forthcoming solicitation process.
Apr 3, 2025, 6:05 PM UTC
The document pertains to an amendment of a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the Emergency Electrical System Upgrades project (Project Number: 636-25-307). The purpose of the amendment includes the provision of updated drawings that reflect necessary corrections, along with a Site Visit sign-in sheet. Offerors must acknowledge receipt of the amendment by the specified deadline to ensure their offers remain valid. The document emphasizes administrative changes made per Federal Acquisition Regulation (FAR) guidelines while highlighting the importance of adherence to procedural requirements. This amendment facilitates better communication and project clarity, ensuring contractors are equipped with accurate information to fulfill the project requirements. Overall, it underlines the commitment of the Department of Veterans Affairs to ensure transparency and efficiency in the bidding process for essential system upgrades.
Apr 3, 2025, 6:05 PM UTC
This government file details an amendment to the solicitation for Project Number 636-25-307, focused on Emergency Electrical System Upgrades at a Department of Veterans Affairs facility. Key updates include the removal of the Grand Island facility from the project scope, requiring all references to it in the construction documents to be disregarded. The amendment also reflects changes in solicitation provisions and clauses in compliance with recent Executive Orders, specifically Executive Order 13899, which addresses combatting anti-Semitism. Significant alterations to FAR and VAAR clauses are included, such as the removal of several affirmative action-related provisions and the addition of a new clause mandating contractor compliance with the Executive Order. Contractors are required to report any evidence of violations related to the order during the contract’s lifecycle. The document ensures that all terms remain effective despite these changes and outlines the process for acknowledging receipt of the amendment. Overall, this amendment signifies an important administrative update, ensuring compliance with evolving legal standards while outlining necessary modifications to the project scope.
Apr 3, 2025, 6:05 PM UTC
The document outlines a Request for Proposal (RFP) for emergency electrical system upgrades at the VA Medical Center in Omaha, Nebraska. The project, identified as Project No. 636-25-307, aims to enhance the electrical infrastructure critical for ensuring reliable power supply during emergencies. Key components include replacing existing switchgear and transformers, addressing issues with mechanical lines potentially containing asbestos, and improving power distribution systems. The upgrade focuses on maintaining electrical safety standards and complying with health regulations regarding hazardous materials. Detailed plans indicate the necessity for comprehensive evaluations, replacements, and proper installations, while emphasizing the importance of coordination with different trades involved in construction. The overall objective is to modernize the electrical systems to better serve the facility's operational needs while ensuring safety and regulatory adherence.
Mar 28, 2025, 2:05 AM UTC
The NWI Emergency Electrical System Upgrades project seeks to enhance emergency power coverage at the Omaha and Grand Island VA Medical Centers in Nebraska. Contractors are encouraged to conduct site visits to assess existing conditions. The contract spans 365 days, with work primarily scheduled outside of normal business hours. Compliance with OSHA safety regulations is mandatory, and contractors must submit infection control assessments. Key upgrades include rerouting electrical circuits to provide emergency power to various hospital areas, such as the inpatient kitchen, radiology, and elevators. The project also involves configuring a new manual transfer switch for the chiller plant, enabling temporary generator connections, and installing remote monitoring for generator systems to ensure operational efficiency. All work must comply with national electrical codes and VA standards. Qualified contractors are required to employ licensed electricians with proper safety training. Acceptance tests, including visual inspections and continuity tests, must be conducted to verify compliance with specifications. This initiative reflects the VA’s commitment to enhancing facility reliability and safety through comprehensive electrical system upgrades.
The "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction" outlines the compliance requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when bidding for federal contracts. It specifies limitations on subcontracting amounts based on the type of contract awarded: 50% for service contracts, 85% for general construction, and 75% for special trade construction, ensuring that a substantial portion of work is performed by certified small businesses. The document emphasizes the seriousness of certifications, warning that false claims can result in heavy penalties. It mandates that offerors maintain compliance documentation, such as invoices and subcontract records, and allows the Department of Veterans Affairs (VA) to verify adherence to these requirements at any time. Offerors must complete and return the certification to be eligible for contract award. Overall, the document reinforces the federal commitment to supporting veteran-owned enterprises while maintaining stringent compliance standards within government procurement processes.
Apr 3, 2025, 6:05 PM UTC
The document outlines the Records Management Language for Contracts, emphasizing federal agencies' responsibilities in including specific records management requirements in contracts for goods or services. Federal contractors who handle federal records must adhere to established laws, regulations, and policies, especially those from the National Archives and Records Administration (NARA). Key obligations include compliance with the Federal Records Act, maintenance of records throughout the contract duration, and proper handling of non-public information. Contractors must also ensure that all records are preserved as stipulated and report any unauthorized disclosures or destruction. The document advocates for records management training for contractor employees and mandates that these obligations flow down to subcontractors. It serves as a guideline for integrating records management into federal contracting processes while protecting the integrity and confidentiality of federal records. This document is essential for agencies and contractors engaged in federal contracts to maintain legal and regulatory compliance surrounding records management.
Apr 3, 2025, 6:05 PM UTC
The document outlines the RFP for emergency electrical system upgrades at the Omaha Veterans Affairs Medical Center (VAMC). It emphasizes a mandatory site visit for contractors to assess existing conditions, with a performance period of 365 days that requires work outside of normal hours, requiring prior approval for outages. Safety measures must comply with OSHA regulations and infection control standards. The Omaha VAMC aims to expand emergency power coverage to critical areas, such as the inpatient kitchen and elevators. The project includes installing low-voltage cabling, ensuring that all wiring and connections adhere to specific safety codes. Contractors must provide qualified electricians trained in necessary safety protocols. Furthermore, upgrades involve re-routing circuits to connect various facilities with emergency power and adding a manual transfer switch for temporary generator connections. The document details acceptance checks, including visual inspections and continuity tests, while referencing accompanying drawings and specifications as integral to the project. This endeavor demonstrates the VA's commitment to maintaining operational resilience and safety at its facilities.
The document outlines requirements for bidders and offerors to demonstrate their safety and environmental compliance as part of the contracting process for a federal solicitation. It mandates the submission of past safety records, notably certifying no more than three serious OSHA or EPA violations within three years. If this standard can't be met, bidders must provide explanations and details of any violations. Additionally, bidders must present their Experience Modification Rate (EMR) from their insurance carrier, explaining any EMR above 1.0. Self-insured contractors must procure an EMR rating from the National Council on Compensation Insurance or their local rating bureaus if applicable. This evaluation applies across all subcontractor levels, necessitating prime contractors to assess the responsibility of their subcontractors. Furthermore, the provided form requires data on workplace injuries, OSHA violations, and the company's safety program, essential for the initial Determination of Responsibility. The overarching aim of these guidelines is to evaluate contractors' commitment to safety and environmental standards, ensuring compliance in government contracts.
Apr 3, 2025, 6:05 PM UTC
The document outlines details for a Request for Proposal (RFP) concerning Emergency Electrical System Upgrades under Solicitation Number 36C26325B0008. Released on March 19, 2025, proposals are due by April 22, 2025. The project is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a contract value between $500,000 and $1,000,000. Key stipulations include a requirement for payment and performance bonds, with work expected to commence within 10 days following the Notice to Proceed (NTP) and to be completed within one year. A pre-bid walk-through is scheduled for March 26, 2025. Attendees are permitted to take photographs during the site visit, but must refrain from capturing images of staff or patients. All inquiries must be directed to the Contract Specialist and will be addressed in an amendment posted to Contract Opportunities, highlighting the procedural expectations for compliance and communication throughout the bidding process. This RFP emphasizes the government’s initiative to enhance electrical infrastructure, reinforcing its commitment to engaging veteran-owned businesses and ensuring procedural clarity in federal contracting.
Apr 3, 2025, 6:05 PM UTC
The document outlines the specifications and requirements for the Emergency Electrical System Upgrades at the VA Medical Center in Omaha, Nebraska. The primary focus is on the preparation for building operations, which includes demolition of existing electrical systems and installation of new infrastructure. Key tasks involve revisions to the electrical distribution, including the installation of manual transfer switches, optimizing power sources, and rerouting circuits for critical medical equipment. Safety requirements are emphasized, necessitating compliance with the VA's security management and construction protocols. The contractor is responsible for maintaining security and providing a detailed construction schedule using the Critical Path Method (CPM) principles. The document mandates that all personnel acquire VA identification and adhere to strict operational protocols to ensure ongoing hospital functions are not disrupted. The overall goal of the project is to enhance electrical reliability and efficiency, particularly for systems that support essential medical operations. Various environmental controls and waste management strategies are outlined to minimize ecological impact during construction. This comprehensive upgrade reflects the VA's commitment to providing advanced care to veterans through improved facility management and infrastructure.
Apr 3, 2025, 6:05 PM UTC
The Department of Veterans Affairs (VA) requires that all personnel, including contractors and volunteers without direct access to sensitive information, undergo annual privacy training. This document outlines essential privacy regulations and the need to protect VA sensitive information, which includes personal, financial, or educational data, regardless of the format. Access to certain VA systems, such as the VA Time and Attendance System or the Computerized Patient Record System, necessitates additional privacy and HIPAA training. The document defines sensitive information, emphasizes the importance of protecting it against incidental disclosures (e.g., overhearing conversations), and outlines safeguarding measures, such as reporting unsecured information and not sharing VA access credentials. It also lists key privacy laws affecting the VA and clarifies that unauthorized use or disclosure of protected health information carries significant penalties, including potential job loss or contract termination. Overall, the training aims to ensure that individuals understand their responsibilities in handling veterans’ confidential information, reinforcing the importance of privacy within the VA's operations and complying with federal statutes.
Apr 3, 2025, 6:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y1DA--PROJECT 675-23-801, Bid-Build (BB) Improve Lake Baldwin Electrical Distribution
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. This federal contract aims to rectify electrical deficiencies by replacing and upgrading critical infrastructure, including transformers, automatic transfer switches, and generators, to enhance reliability and safety for healthcare operations. The project, valued between $5 million and $10 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with various safety and regulatory standards. Interested contractors must submit their proposals by April 23, 2025, at 1:00 PM EST, and can direct inquiries to Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
J059--FY25 - New Jersey Electrical Distribution System (B+OPT4) Lyons VA Medical Center and East Orange VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking proposals for electrical distribution system maintenance at the Lyons and East Orange VA Medical Centers in New Jersey, specifically set aside for Service-Disabled Veteran-Owned Small Businesses. The contract encompasses comprehensive preventive maintenance, testing, and servicing of electrical systems, ensuring compliance with NFPA and VA regulations, with a performance period from April 1, 2025, to March 31, 2026, and options extending through 2030. This initiative is crucial for maintaining operational integrity and safety within veteran healthcare facilities, emphasizing the importance of high standards in electrical system management. Interested vendors must submit their proposals by 3:00 PM EDT on April 14, 2025, and can direct inquiries to Contract Specialist Michael N Estep at Michael.Estep2@va.gov.
H130--Amendment - Electrical Power Distribution System Testing for Grand Junction VAMC, Grand Junction, Colorado
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Electrical Power Distribution System Testing at the Grand Junction Veterans Affairs Medical Center in Colorado. The procurement aims to ensure the reliability and safety of electrical systems through comprehensive testing, inspection, and maintenance services, with a focus on compliance with safety standards and regulations. This initiative is critical for maintaining operational integrity within healthcare facilities, safeguarding both staff and patients from electrical hazards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 18, 2025, at 10:00 AM Mountain Time, with the contract valued at approximately $19 million. For further inquiries, potential bidders can contact Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825.
Lakemont & Viera Contract Replacement of Eaton Electrical Cabinets
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement and installation of Eaton electrical cabinets at the Orlando VA Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238210, which pertains to electrical contractors and other wiring installation contractors. The project is crucial for maintaining the operational integrity of electrical systems within the facility, ensuring that essential services remain uninterrupted. Interested parties should note that a site visit is scheduled for April 16, 2025, and the deadline for submitting questions has been extended to April 18, 2025. For further inquiries, potential bidders can contact Stephen Mancuso at Stephen.mancuso@va.gov.
Y1DA--CON-NRM 648-20-119 Correct Electrical FCA Deficiencies (Portland)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to address electrical deficiencies at the Portland VA Medical Center (VAMC) in Portland, Oregon. The project involves providing all necessary labor, materials, and equipment to correct identified electrical deficiencies as outlined in the draft Statement of Work, with a focus on upgrading electrical power distribution systems based on recent assessments. This initiative is crucial for enhancing the safety and operational efficiency of veteran healthcare facilities, with an estimated project magnitude between $10 million and $20 million. Interested firms must respond to the Sources Sought notice by April 28, 2025, and provide relevant company information, capabilities, and past performance examples to Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov.
Z1DA--632-15-101 REPLACE PRIMARY ELECTRICAL DISTRO, PH 1
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace the primary electrical distribution system at the Northport VA Medical Center in New York, designated as Project No. 632-15-101. The project involves demolishing existing electrical infrastructure, constructing a new switchgear building, and installing new electrical distribution systems, with a focus on maintaining operational continuity for the medical facility throughout the construction process. This initiative is crucial for modernizing the electrical systems to enhance service delivery for veterans, while ensuring compliance with safety and environmental standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by July 15, 2024, and can contact Contract Specialist Jean M. Paul at jean.paul@va.gov or 934-816-8054 for further details.
Z2DA-- 635-25-103 | Oklahoma City VAMC | OK Upgrade Garage Elevator Controls
Buyer not available
The Department of Veterans Affairs is seeking proposals for the upgrade of garage elevator controls at the Oklahoma City VA Medical Center. The project aims to retrofit elevators P15 and P17 with weatherproof control systems that comply with National Electrical Manufacturer Association standards, addressing reliability issues caused by temperature fluctuations and water exposure. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated funding range between $500,000 and $1,000,000. Interested contractors should contact Mark Holland at 303-712-5828 or via email at mark.holland@va.gov, and must ensure they are verified by the Small Business Administration prior to proposal submission, with the Request for Proposal expected to be posted around April 24, 2025.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.
N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
Buyer not available
The Department of Veterans Affairs is preparing to solicit proposals for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. This procurement aims to address essential construction needs, including site preparation, demolition of existing structures, and the provision of necessary labor and materials. The project is significant for maintaining and upgrading the facility to meet operational requirements, with an estimated cost between $1,000,000 and $5,000,000, classified under NAICS code 238210. A Request for Proposal (RFP) is expected to be issued on or about March 29, 2025, and interested contractors must submit a bid bond of at least 20% of their bid, capped at $3 million. For further details, potential offerors can access relevant documents through the beta.sam.gov website using solicitation number 36C24125R0038 and must be registered in the System for Award Management (SAM).
Z1DA--632-24-130 Repair PV Solar Carport System Project
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the Repair PV Solar Carport System Project at the Northport Veterans Affairs Medical Center, identified as Project No. 632-24-130. This project involves significant repairs following safety concerns due to a solar fire, including the removal and replacement of underground power cables, installation of new electrical vaults, and the replacement of damaged solar panels. The initiative underscores the VA's commitment to enhancing energy efficiency and operational performance while ensuring compliance with safety standards and federal regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is expected to be completed within 120 calendar days from the Notice to Proceed. Interested contractors should contact Contract Specialist Jean M Paul at Jean.Paul@va.gov for further details and must submit their bids electronically by the specified deadline.