Lakemont & Viera Contract Replacement of Eaton Electrical Cabinets
ID: 36C24825Q0566_A0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of Eaton electrical cabinets at the Lakemont and Viera facilities in Orlando, Florida. This project, managed by the Network Contracting Office 8, requires qualified contractors to address specific installation needs, including the provision of brand name or equal products that meet defined performance characteristics. The procurement emphasizes compliance with federal regulations and aims to ensure quality and safety in the installation of electrical equipment. Interested contractors should contact Stephen Mancuso at Stephen.mancuso@va.gov for further details, and must acknowledge receipt of the amendment to the solicitation before the submission deadline, with an anticipated award date in mid-May and a performance period of 60 days.

    Point(s) of Contact
    Stephen Mancuso
    Stephen.mancuso@va.gov
    Files
    Title
    Posted
    The section 52.211-6 of the federal government's procurement guidelines addresses items designated as "brand name or equal" in solicitations. It specifies that such items must meet essential physical, functional, or performance characteristics outlined in the solicitation. To be eligible for award, vendors proposing "equal" products must provide a clear identification of the item, include descriptive materials (like illustrations or previous data), and detail any modifications to meet solicitation requirements. Furthermore, the evaluation of these "equal" products is based solely on the information provided by the offeror, and the Contracting Officer is not liable for sourcing any unlisted information. If an offeror does not specify that their product is an "equal," they must offer the brand name product mentioned in the solicitation. This provision facilitates competition and ensures quality compliance in government procurement processes.
    The document outlines the requirements and responses for an urgent care signage replacement project under RFP 36C24825Q0556 from the VA. It details the specific panels that need replacement at the Lakemont and Viera facilities, emphasizing the cleaning and sealing of installations. Key queries include the classification of the work as commodities, scheduling for utility shutdowns, and project management procedures. No hazardous materials were identified, and a point of contact was designated for coordination of shutdowns and materials. Contractors may utilize existing construction designs and are expected to perform load testing post-installation. The project will adhere to existing infrastructure with no provisions for new structures unless necessary. Questions regarding equipment preferences indicate a preference for new components while allowing for alternatives. The timeline outlines an anticipated mid-May award date with a 60-day performance period. Overall, the document serves to clarify the project scope, contractor responsibilities, and operational protocols necessary for the successful completion of the project while ensuring compliance and safety measures are upheld.
    This government document serves as an amendment to solicitation number 36C24825Q0566 issued by the Department of Veterans Affairs' Network Contracting Office 8 (NCO 8) for the Lakemont Facility. The amendment's primary purpose is to incorporate responses to questions received from bidders, provide image files of panels scheduled for replacement, and include relevant federal acquisition regulation language regarding brand name or equal specifications. The amendment specifies that interested contractors must acknowledge receipt of this document and make any necessary changes to their offers prior to the designated submission deadline. The continued validity of all contract details, unless explicitly changed in this amendment, is emphasized, highlighting the amendment process’s importance within the context of federal solicitations. This amendment reflects the government's commitment to transparency and clarity in the bidding process while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J061--AMENDMENT 0001 TO CLARIFY RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and its community-based clinics. This procurement aims to establish a 5-year multiple award BPA, valued at under $5,000,000, covering low and medium voltage electrical systems, including emergency repairs with a required 2-hour response time. The selected contractors must hold current electrical and business licenses in Washington D.C., and all work must comply with VA regulations, including wage determinations and staffing requirements. Quotes are due by January 5, 2026, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or call 410-641-2411.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    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.
    9905--Planning: Wayfinding Signs at Lake Baldwin VA Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is preparing to solicit bids for the installation of wayfinding signage at the Orlando VA Healthcare System's Lake Baldwin Clinic and the Lakemont Admin Building. This procurement aims to enhance navigation and accessibility within the facilities, which is crucial for improving the experience of veterans and visitors. The anticipated contract will be a firm-fixed-price, indefinite delivery type, with a base performance period from March 1, 2026, to February 27, 2030, and includes four optional 12-month periods. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, or Small Businesses, must be registered in SAM.gov and submit their responses by December 30, 2025, at 2:00 PM Eastern Time. For further inquiries, contact Contracting Officer Stephen Mancuso at Stephen.Mancuso@va.gov or 407-646-4016.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    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.
    J059--Building 19 SCADA Upgrades
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for upgrades to the Supervisory Control and Data Acquisition (SCADA) system in Building 19 at the VA Connecticut Healthcare System in West Haven, CT. The project aims to address failed electrical switching capabilities in the Combined Power and Heating plant, which are critical for restoring generator functionality. This procurement is particularly important as it ensures the reliable operation of essential power systems within the healthcare facility. Interested bidders must be OEM-trained and certified, with a mandatory pre-bid walkthrough scheduled for December 12, 2025, and quotes due by December 18, 2025. For further inquiries, contact Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    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.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Veterans Affairs, Department Of
    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 million and $5 million and a completion timeline of 365 calendar 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 parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further information.