Electrical Distribution System Condition Assessment/ARC Flash
ID: 36C26126Q0232Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses to provide architectural and engineering design services for an Arc Flash Station Survey/Study at the VA Pacific Islands Health Care System facilities in Honolulu, Hawaii. The project aims to identify and mitigate arc flash hazards in electrical distribution systems across four buildings, encompassing over 266,000 square feet, and will include comprehensive analyses such as short-circuit and protective device assessments, along with the installation of arc flash labels. This initiative is crucial for ensuring the safety and reliability of electrical systems within the healthcare environment. Interested contractors must submit their responses by December 16, 2025, at 1500 PDT to Victoria Torres at victoria.torres@va.gov, and any inquiries should be directed to the same contact by December 9, 2025.

    Point(s) of Contact
    Victoria Torres
    victoria.torres@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting architectural and engineering design services for an Arc Flash Station Survey/Study at the VA Pacific Islands Health Care System (VAPIHCS) facilities in Honolulu, Hawaii. The project aims to identify and mitigate arc flash hazards in electrical distribution systems across four buildings, covering a total of over 266,000 square feet. The study will include short-circuit and protective device analysis, arc flash hazard analysis, and the installation of arc flash labels. Deliverables include executive summaries, various analysis reports, system diagrams, and an operations and maintenance plan. The contractor must have a Registered Professional Electrical Engineer with at least five years of experience. The period of performance is one year, with a detailed submittal schedule. This solicitation is a total set-aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 541330 and a size standard of $25.5 Million.
    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.
    1290--Fire Extinguisher Annual Inspection/6yr. Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought announcement to identify potential vendors capable of providing Fire Extinguisher Annual Inspection and 6-year Maintenance services for the Veteran Affairs Pacific Health Care System (VAPIHCS) in Honolulu, Hawaii. The procurement requires contractors to perform annual inspections, 6-year maintenance, and 12-year hydrostatic testing of portable fire extinguishers across Oahu facilities, adhering to NFPA 10, OSHA, TJC, and VHA directives. Interested contractors must respond by email to Contract Specialist Lydia Anderson at Lydia.anderson@va.gov by December 11, 2025, at 10:00 A.M. PST, providing detailed information including their socioeconomic status, company legal name, Unique Entity ID, capability statement, relevant experience, and a price estimate for the base year and four option years. The initial contract period is set for January 1, 2026, to December 31, 2026, with a small business size standard of $12.5 million under NAICS code 811310.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Buyer not available
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    C1DA--657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), (VA-26-00017944)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering (A&E) firms to renovate a 4,700-square-foot section of Building 42 at the Marion VA Medical Center, transforming the old laboratory area into a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. This procurement, identified as project number 657A5-26-103, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and requires comprehensive design services, including updates to architectural, structural, mechanical, plumbing, electrical, and fire protection systems, while adhering to VA standards and sustainable design principles. Interested firms must submit their qualifications via Standard Form 330 by December 10, 2025, with an estimated construction cost of $4,855,650, and should direct inquiries to Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov or by phone at 913-684-0141.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Fire and Smoke Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for fire and smoke detector inspection and certification services at the St. Louis VA Medical Centers. This procurement is a one-time service award specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal acquisition regulations, including restrictions on certain foreign-made equipment and limitations on subcontracting. The services are crucial for ensuring the safety and operational integrity of the medical facilities, which serve veterans in the region. Proposals are due by 1 PM CST on December 12, 2025, and interested parties can contact James Horne Jr. at James.horne@va.gov or by phone at 913-758-9914 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.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.