H959--Triennial Electrical Breaker Testing
ID: 36C25024Q0966Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

OTHER QC/TEST/INSPECT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H959)
Timeline
  1. 1
    Posted Oct 15, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 20, 2024, 12:00 AM UTC
  3. 3
    Due Nov 27, 2024, 7:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for Triennial Electrical Breaker Testing (TEBT) services at the Richard L. Roudebush VA Medical Center and Cold Spring Road facility in Indianapolis, Indiana. The contractor will be responsible for comprehensive inspections, maintenance, and testing of electrical equipment, ensuring compliance with safety standards and regulations, with all work to be conducted outside normal business hours to avoid disruption to medical operations. This procurement is crucial for maintaining the operational integrity and safety of electrical systems within veteran healthcare facilities, reflecting the government's commitment to quality service. Interested contractors must submit their proposals by November 27, 2024, at 2 PM EST, and can direct inquiries to Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov, with a total contract value estimated at $19 million.

Point(s) of Contact
Elizabeth A FinleyContract Specialist
Elizabeth.Finley1@va.gov
Files
Title
Posted
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Sep 30, 2024, 7:00 PM UTC
The Richard L. Roudebush VA Medical Center in Indianapolis, IN, is preparing to issue a Request for Quotation for Triennial Electrical Breaker Testing, with a contract performance period of 240 days post-award. This initiative requires the contractor to provide all necessary resources and comply with various safety and regulatory standards, including OSHA and NFPA requirements. The contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must be registered and verified on specified government websites to qualify for bidding. Interested vendors are urged to register their interest, as no mailing list will be maintained. Eligibility prerequisites include a clean safety record concerning OSHA or EPA violations and a current Experience Modification Rate (EMR) of 1.0 or less. This presolicitation notice outlines the essential details for potential contractors, ensuring adherence to compliance standards while prioritizing veteran-owned business participation.
Nov 20, 2024, 7:51 PM UTC
The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for Triennial Electrical Breaker Testing (TEBT) services at the Richard L. Roudebush VA Medical Center and the Cold Spring Road facility in Indianapolis. The contractor must complete the services within 240 days after award, ensuring all work is conducted outside normal business hours to avoid disruption to medical operations. The contractor is responsible for all supervision, labor, materials, and licenses necessary, adhering to safety and electrical standards, including NFPA and NEC regulations. Key deliverables include comprehensive inspection and documentation of all electrical breakers and connected systems, a detailed report of all work performed, and the creation of as-built electrical single-line drawings if not previously available. A qualified and NETA-certified technician must supervise all work, ensuring compliance with specific training and safety standards. The contract is limited to service-disabled veteran-owned small businesses, with a total award value set at $19 million. The document serves as a critical tool for managing governmental contracts, ensuring rigorous standards for safety, operational integrity, and compliance within veteran healthcare facilities, reflecting the government's commitment to quality service in their contract processes.
Nov 20, 2024, 7:51 PM UTC
This government document is an amendment to the solicitation associated with contract number 36C25024Q0966, issued by the Department of Veterans Affairs, Network Contracting Office 10. The primary purpose of this amendment is to provide responses to questions submitted by contractors regarding the solicitation. Key clarifications include that there will not be a site walk, the selected category for the "VA Notice of Limitations on Subcontracting" is confirmed as "Services," and while a NETA Level 3 Certification is preferred, equivalent or higher certifications are acceptable. The document emphasizes adherence to the original terms and conditions, stating that aside from the clarifications provided, all other conditions remain unchanged. This amendment is significant for potential bidders as it ensures they have the necessary information to formulate their offers accurately. Overall, the document serves as a crucial communication tool in the federal procurement process, aimed at maintaining transparency and clarity for all participating contractors.
Nov 20, 2024, 7:51 PM UTC
The document details an amendment to solicitation number 36C25024Q0966 issued by the Department of Veterans Affairs, Network Contracting Office 10. The amendment provides critical updates, including the scheduling of a site visit on November 7, 2024, and an extension of the proposal submission deadline to November 18, 2024, at 2 PM EST. Participants for the site walk are to gather at a specified address in Indianapolis, IN. Offerors are instructed to email their submissions to the designated contact. The purpose of this amendment is to facilitate better communication and engagement with potential bidders, ensuring they have the necessary information to submit competitive offers. All other terms and conditions of the original solicitation remain unchanged. The document underscores the importance of timely acknowledgment of the amendment by the offerors to avoid rejection of their proposals.
Nov 20, 2024, 7:51 PM UTC
This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The amendment addresses Project Number 36C25024Q0966 and includes a revised Statement of Work, updated diagrams, responses to previously received requests for information (RFIs), and a template for future RFIs. The due date for responses has been extended to November 27, 2024, at 2 PM EST. Offers must be emailed to the specified contact. The amendment emphasizes that all other terms and conditions of the initial solicitation remain unchanged. Attachments provided include the updated SOW and diagrams needed for offerors to proceed effectively. This update ensures that contractors are equipped with the latest information to submit informed offers in compliance with federal guidelines.
Nov 20, 2024, 7:51 PM UTC
The document is an amendment to a federal solicitation issued by the Department of Veterans Affairs, specifically from Network Contracting Office 10. The primary purpose of this amendment is to address and provide responses to various Requests for Information (RFIs) related to solicitation number 36C25024Q0966, dated October 15, 2024. The announcement specifies that acknowledging receipt of this amendment is essential for all offerors, and various methods for acknowledgment are detailed, including signing and returning copies or admitting acknowledgment on submitted offers. Other administrative changes are noted, and it is emphasized that all terms and conditions of the original solicitation remain unchanged aside from the modifications noted in the amendment. Luke Turner serves as the Contracting Officer, underscoring the official nature of this amendment within federal contracting protocols. The amendment is designed to ensure transparency and facilitate communication among involved parties within the procurement process.
Nov 20, 2024, 7:51 PM UTC
The document serves as a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing minimum wage rates for various occupations in Indiana, applicable to contracts entered after January 30, 2022. It establishes specified wage rates, including the minimum hourly wage of $17.20 under Executive Order 14026 for 2024, with rates varying by occupation and experience level. The document outlines the fringe benefits, health and welfare rates, paid sick leave requirements under Executive Order 13706, and clarifications for uniform allowances. It includes classifications of jobs ranging from administrative support to technical occupations, outlining specific pay scales linked to skills. Additionally, it details a conformance process for unlisted occupations, ensuring workers are compensated fairly relative to similar roles. The overarching aim is to ensure compliance with labor standards in federally funded contracts, providing protections for workers while facilitating equitable pay compared to private sector rates. This document integrates regulations relevant to federal RFPs and grants, fostering accountability for contractors in adhering to labor cost standards while enabling transparency in public work engagements.
The document outlines the VA Notice of Limitations on Subcontracting, which mandates that offerors certify compliance with specific subcontracting limitations if awarded a contract. Based on the predominant NAICS code, subcontracting restrictions are categorized into three types: services (50% limit), general construction (85% limit), and special trade construction (75% limit) of the amount paid by the government. These regulations primarily aim to ensure that a significant portion of the contract value is retained by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The offeror acknowledges the implications of false certifications, which could result in severe penalties under U.S. law, including criminal prosecution. VA retains the right to review compliance through documents such as invoices or subcontracts during or after the contract performance. A completed certification must be submitted along with the proposal; offers lacking this certification will be deemed ineligible. This document reflects the government's commitment to supporting veteran businesses through equitable contract practices while ensuring accountability and compliance with federal regulations.
Nov 20, 2024, 7:51 PM UTC
The Veterans Health Administration (VHA) Directive 1192.01 establishes a policy mandating seasonal influenza vaccination for all healthcare personnel (HCP) within VHA facilities. This directive aims to improve vaccination compliance as national rates remain low among VHA staff compared to national averages. The directive outlines that all HCP must receive annual flu vaccinations or obtain medical or religious exemptions, noting that compliance is a condition of employment. The document elaborates on the rationale for vaccination, the transmission risks of influenza, and the significant impact of the virus on vulnerable populations. Furthermore, it delineates the responsibilities of various VHA officials and the procedures for implementing the vaccination program, including documentation for vaccinated individuals and masking requirements for those exempted from vaccination. The directive aims to reduce the influenza transmission risk within healthcare settings, supporting the CDC’s goal of achieving at least 90% vaccination compliance. It highlights the importance of protecting both HCP and patients and outlines disciplinary actions for violations. This comprehensive approach reinforces VHA's commitment to enhancing healthcare safety and efficacy through preventive measures against influenza.
Nov 20, 2024, 7:51 PM UTC
The Department of Veterans Affairs (VA) outlines detailed specifications for construction projects under its jurisdiction, intended to facilitate safe and effective building operations. The document emphasizes general requirements, safety protocols, and the responsibilities of contractors during alterations and new construction. Key topics include safety compliance, site preparation, security management, utility service management, and maintaining the continuous operation of medical facilities during construction. Specific sections detail electrical requirements, protection of existing structures, and necessary project documentation such as as-built drawings and warranty management. Effective communication with the Contracting Officer and compliance with established timelines for work scheduling are critical, particularly to ensure minimal disruption to ongoing medical operations and cemetery activities. Overall, this comprehensive guide underscores the VA's commitment to safety, coordination, and quality management in facilitating construction projects that support its mission to care for veterans.
Nov 20, 2024, 7:51 PM UTC
The document outlines the electrical system design for the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana, focusing on an Arc Flash Survey for various buildings, primarily Building 1 (AMS). It includes detailed specifications for electrical equipment such as circuit breakers and transformers, encompassing sensor/trip ratings, plug sizes, settings for long-time pick-up (LTPU), instantaneous current limits (INST), and fault current information. The survey emphasizes safety measures related to voltage levels and bolt fault calculations to ensure compliance with regulatory standards during construction and facility upgrades. The data is presented in a structured format, including sheet indices, building identifiers, and equipment specifications for multiple locations within the facility. This assessment is vital for maintaining system integrity and ensuring worker safety through risk mitigation strategies before any electrical system modifications.
Nov 20, 2024, 7:51 PM UTC
The document outlines the electrical design drawings and specifications for multiple buildings under the supervision of the U.S. Department of Veterans Affairs, specifically focusing on the Arc Flash Survey conducted at Richard L. Roudebush VA Medical Center. The material includes detailed drawings labeled E-601 through E-610, showing layout plans, electrical panels, circuit breakers, and settings for various electrical configurations. Key highlights include specific electrical panel models, trip settings, and the implications of potential arc flash hazards, each associated with detailed fault calculations and voltage drop assessments. The document serves as a blueprint for safety and operational standards in upcoming construction or renovation projects. It aims to ensure that the buildings conform to established codes and regulations while prioritizing worker safety in electrical installations. Overall, it reflects the VA's commitment to maintaining modern, safe environments for both employees and patients during facility upgrades.
Nov 20, 2024, 7:51 PM UTC
This document outlines the specifications and locations of various circuit breaker panels within Building No. 1, detailing their amperage ratings and manufacturers. It lists panels with distinct identifiers, such as "AMS1," "AMS2," and "CBLE," along with their respective amperages ranging from 150A to 5000A, and specifies their installation locations derived from a central building classification. The panels primarily feature equipment from manufacturers such as G.E., Cutler Hammer, and Challenger. The purpose of this document likely aligns with government RFPs or grants related to electrical infrastructure evaluation, maintenance, or upgrades within federal and state facilities. By providing a comprehensive inventory of electrical panel specifications, this file serves as a foundational resource for assessing existing electrical systems, planning renovations, or budgeting for future upgrades. The structured format allows for easy consultation and evaluation of electrical capacity across different areas within the building environment, thereby supporting compliance and safety standards in government operations.
Nov 20, 2024, 7:51 PM UTC
This document is an inspection report detailing equipment assessments at the Roudebush VA Medical Center for Project 20-147, conducted in 2021 by Summit Electrical. The report provides a comprehensive master list of equipment across several buildings including various wings and floors, specifying details such as equipment identification (ID), amperage (Amps), type, and brand. It categorizes the inspection findings by locations within the facility, including telecom rooms and different building panels, highlighting brands like GE, Eaton, and Challenger. The structured format aids in the organization and retrieval of critical information for ongoing facility maintenance and compliance with federal standards. This inspection reflects the VA's efforts to ensure operational efficiency and safety in their mechanical systems, which is essential in the context of government RFPs related to facility upgrades and equipment maintenance.
Nov 20, 2024, 7:51 PM UTC
The Richard L. Roudebush VA Medical Center is initiating a contract for Triennial Electrical Breaker Testing (TEBT) to ensure compliance with various electrical safety standards. The contractor is responsible for providing all necessary supervision, labor, tools, and materials to perform comprehensive inspections, maintenance, and testing of electrical equipment across multiple facilities over a span of 150 days. Work must occur after hours to maintain hospital operations, with specific requirements for documentation and reporting on tasks performed. Key qualifications include certification, technical training, and relevant experience for personnel involved in the project. The contractor must submit various deliverables, including inspection reports, deficiency reports, updated electrical diagrams, and a complete safety plan, within specified timelines. The focus on safety, regulatory compliance, and thorough documentation showcases the VA's commitment to maintaining operational integrity and ensuring the safety of its electrical systems.
Nov 20, 2024, 7:51 PM UTC
The document details electrical infrastructure and specifications for a facility involving Indiana University Substations, switchgear rooms, transformers, and manholes. It describes various substation setups, including power ratings, load capacities, and configurations, such as three-phase and single-phase systems. The file emphasizes key components, including demand meters, spare connections, and tie breakers, essential for maintaining power distribution. Additionally, it outlines the structural layout across multiple building floors, highlighting the connections between substations and transformers. The emphasis on detailed specifications and layout indicates a comprehensive planning approach necessary for upcoming projects related to energy management and infrastructure development. This information serves as a fundamental resource for future RFP proposals and the establishment of energy-efficient systems within government requirements and guidelines.
Nov 20, 2024, 7:51 PM UTC
This document addresses several Requests for Information (RFI) regarding a federal RFP related to electrical testing and maintenance at the Richard L. Roudebush VA Medical Center and Cold Spring Road facility. It identifies concerns about the qualifications required for contractors, specifically the expectation for NETA-certified technicians, which some argue limits competition unnecessarily. Additionally, multiple requests highlight the lack of detailed information concerning electrical devices across various buildings, such as the need for accurate counts and drawings for proper quoting. There are clarifications needed on testing requirements for circuit breakers, including performing visual or mechanical inspections for those below 225 amps and the overarching scope of work that includes vague terms like "all related components." The document underscores the importance of accurate and transparent communication in RFP processes to ensure fair competition and compliance with VA standards, with all queries pointing towards a comprehensive scope of work revision scheduled for November 2024 to address these ambiguities. Overall, the document emphasizes the need for clarity in project requirements to facilitate successful contractor participation and effective project execution.
Nov 20, 2024, 7:51 PM UTC
The document is a Request for Information (RFI) pertaining to the Triennial Electrical Breaker Testing project for the Department of Veterans Affairs, located at 1481 W 10th St, Indianapolis, IN. It outlines the procedure for contractors to submit questions or requests for clarifications during the solicitation phase. Contractors are required to reference specific sections of the solicitation or drawings to ensure timely responses from the Government. Any inquiries that do not comply with these requirements may not receive a reply. The RFI emphasizes following proper protocols in communication to facilitate the contracting process. The overall purpose is to gather necessary information and clarify the project's requirements before the formal proposal submission, ensuring a streamlined procurement process in compliance with federal regulations.
Nov 20, 2024, 7:51 PM UTC
The file contains Requests for Information (RFI) regarding the Triennial Electrical Breaker Testing project at the Department of Veterans Affairs in Indianapolis. It specifies that contractors must thoroughly read the solicitation and relevant documents before submitting questions, identifying the specific sections associated with their inquiries. Two RFIs are detailed: the first, from Citrine LLC, inquires if a Certified Level II Thermographer could perform infrared scanning instead of a NETA certified technician; the response confirms acceptance, provided the Thermographer meets necessary qualifications outlined in the Scope of Work. The second RFI, submitted by Premier Power Maintenance, seeks clarification on the provision of 480V power during construction; the Government confirms that the power will be supplied by a 480V panel. This document emphasizes clarity in communication between contractors and the Government to ensure compliance with project specifications. It reflects the procedural rigor typical in federal contracting processes, ensuring contractors meet specific standards and qualifications during the solicitation phase.
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Oct 24, 2024, 3:56 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Triennial Electrical Testing and Maintenance
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Triennial Electrical Testing and Maintenance contract at the Robert J. Dole VA Medical Center in Wichita, Kansas. This procurement involves comprehensive electrical testing and maintenance services for various equipment and systems, which must be conducted under the supervision of a Registered Professional Engineer and by certified technicians with significant experience. The importance of this contract lies in ensuring the reliability and safety of electrical components, adhering to strict industry standards such as NFPA and ANSI. Interested small businesses should note that the bidding process is set for May 2, 2025, and can contact Hubert W. Scipio at hubert.scipio@va.gov or 913-946-1957 for further details.
H130--Amendment to the Electrical Power Distribution System - Protest
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Electrical Power Distribution System Testing Services at the Western Colorado Health Care System in Grand Junction, Colorado. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), aims to ensure the reliability and safety of electrical systems through comprehensive testing, inspection, and maintenance of equipment across 16 buildings. The contract, valued at approximately $19 million, includes a range of deliverables such as site surveys, status reports, and a final facility condition assessment, with performance expected to commence in May 2025 and continue through April 2030. Interested contractors should direct inquiries to Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825, with proposals due by April 18, 2025, at 10:00 AM Mountain Time.
Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the Emergency Electrical System Upgrades project at the Omaha Veterans Affairs Medical Center, designated under Project Number 636-25-307. This project aims to address electrical deficiencies by replacing and installing critical electrical components, 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 (SDVOSB), has a value between $500,000 and $1,000,000, and requires compliance with various safety and operational standards, including a performance period of 365 days. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Contract Specialist Tommy Opal at Tommy.Opal@va.gov or secondary contact Angelique D Mabley at Angelique.Mabley@va.gov.
H330--Tri-Annual Testing Togus VAMC Augusta, ME 04330
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Maintenance, Inspection, and Testing of the Electrical Power Distribution System at the Togus Veterans Affairs Medical Center (VAMC) in Augusta, ME. The procurement involves tri-annual electrical testing of various components, adhering to NETA specifications, and is primarily scheduled after hours to minimize disruption to healthcare services. This initiative is crucial for ensuring the operational effectiveness and compliance of the electrical systems that support critical healthcare functions. Interested vendors must submit their qualifications, including technical credentials and past experience, by May 1, 2025, at 13:00 Eastern Time, to Contract Specialist Justin Duff at justin.duff@va.gov or by phone at 207-623-8411 x2973.
H161--Electrical Distribution Testing
Buyer not available
The Department of Veterans Affairs is soliciting bids for Electrical Distribution Testing Services at the St. Cloud VA Health Care System, under solicitation number 36C26325Q0682. This procurement is a total small business set-aside, requiring qualified contractors to perform maintenance, inspection, testing, and calibration of the electrical power distribution system from September 1 to December 31, 2025. The services are critical for ensuring the operational safety and efficiency of the VA's healthcare facilities, involving various electrical components such as transformers and circuit breakers, with an emphasis on thorough documentation and reporting. Interested vendors must submit their proposals electronically by April 29, 2025, and direct any inquiries to Contract Specialist Steve Ashby at steve.ashby@va.gov or by phone at 319-887-4935 x63-4935.
J059--Correct Pharmacy Deficiencies
Buyer not available
The Department of Veterans Affairs (VA) is seeking contractors to address pharmacy deficiencies at the VA Indianapolis Medical Center, specifically on the 7th Floor Pharmacy. The procurement aims to enhance pharmacy operations and rectify compliance issues, reflecting the VA's commitment to improving healthcare services for veterans. Interested contractors must submit their responses within 60 days of the modification publication, with the solicitation number 36C25025Q0368, and can direct inquiries to Contract Specialist Stacie Hill at stacie.hill@va.gov. The correct place of performance is confirmed as 1481 W. 10th Street, Indianapolis, IN 46202, and all other terms of the original solicitation remain unchanged.
N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
Buyer not available
The Department of Veterans Affairs is seeking contractors for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. The project aims to address critical deficiencies in the generator systems, requiring comprehensive site preparation, demolition, and upgrades to electrical and fire suppression infrastructure, with an estimated cost between $1,000,000 and $5,000,000. This initiative is vital for enhancing the operational efficiency and safety of facilities that serve veterans. A Request for Proposal (RFP) will be issued on or about March 29, 2025, with proposals due by May 14, 2025; interested contractors must register in the System for Award Management (SAM) and can contact Contract Specialist Brian Kelly at Brian.Kelly@va.gov or 413-584-4040 x6722 for further information.
J063--Upgrade Security 583-25
Buyer not available
The Department of Veterans Affairs is seeking qualified veteran-owned small businesses to replace the existing Saflok lodging electronic lock system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The project aims to enhance security by integrating an RS2 Technologies Access Control System (ACS) to manage 28 additional interior doors, which includes the removal of the outdated system, installation of new proximity card readers and electric strikes, and necessary infrastructure upgrades. This procurement is crucial for maintaining the safety and security of the facility, ensuring compliance with industry standards and local regulations. Interested vendors must submit their company details, capability statements, and proof of SAM registration by April 30, 2025, at 11:00 AM Eastern Time, with an estimated project budget between $25,000 and $100,000. For further inquiries, contact Eric Sweatt at eric.sweatt@va.gov or call 317-988-1511.
Lakemont & Viera Contract Replacement of Eaton Electrical Cabinets
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of electrical cabinets at the Lakemont and Viera Campuses in Florida. The project entails replacing three electrical cabinets at the Lakemont Campus and two at the Viera Campus with new, durable, outdoor-rated models, to be completed within 60 days post-award. This procurement is crucial for maintaining safety and compliance with local electrical codes, while also supporting the government's commitment to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must adhere to specific qualifications and submit proposals by the designated deadlines; for further inquiries, contact Stephen Mancuso at Stephen.mancuso@va.gov. The estimated economic scope of the work is approximately $19 million.
H161--Inspect, Test and Adjust Electrical System/Arc Flash Hazard Analysis
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide inspection, testing, and adjustment services for electrical systems, specifically to conduct an Arc Flash Hazard Analysis at the VA Illiana Health Care Center in Danville, Illinois. The procurement requires contractors to create comprehensive documentation, including drawings and reports, for the electrical power distribution systems across multiple buildings, adhering to NETA-Maintenance Testing Specifications and VHA Directive 1028. This opportunity is critical for ensuring the safety and reliability of electrical systems within the healthcare facility. Interested parties must submit a capability statement detailing their experience, qualifications, and organizational information, with inquiries directed to Contract Specialist Derrick Paquette at derrick.paquette@va.gov or by phone at 414-844-4859. This notice is a Sources Sought announcement for market research purposes and does not constitute a solicitation.