H959--Triennial Electrical Breaker Testing
ID: 36C25024Q0966Type: Presolicitation
AwardedDec 18, 2024
$253.5K$253,500
AwardeeWILLIAM HENDERSON, LLC LOCKHART 32810 FLK
Award #:36C25025P0345
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H959)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    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 FinleyContracting Specialist
    Elizabeth.Finley1@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 36C25026B0017, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition and replacement of overhead dry fire sprinkler piping and associated components within the underground patient parking garage. The work is critical for ensuring compliance with current fire safety standards and minimizing disruption to the medical center's operations, with construction scheduled to occur outside normal business hours. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and can direct inquiries to Contract Specialist Stacie I. Hill at Stacie.Hill@va.gov or Brian Rosciszewski at brian.rosciszewski@va.gov.
    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.
    4310--Optical Lab Air Compressor Replacement Project, IND
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Optical Lab Air Compressor Replacement Project at the Indianapolis VA Medical Center. The procurement involves the replacement of two industrial air compressors, specifically Ingersoll Rand RS55I units or equivalents, which must provide a continuous air supply of 335 CFM per unit and include integrated air-drying systems. This project is critical for maintaining operational efficiency in the VA's Optical Lab, ensuring a reliable air supply for its functions. Interested contractors must submit their business information, including GSA contract details and DUNS and NAICS codes, by December 17, 2025, to Contract Specialist Brooke Hansen at brooke.hansen@va.gov.
    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.
    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.
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    J061--Generator Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Medical Center in Milwaukee, WI. The procurement includes comprehensive maintenance, inspection, and testing services for generators and automatic transfer switches (ATS), with a contract period spanning from February 2026 to January 2031, consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability and operational continuity of the medical center's power infrastructure, which includes a detailed inventory of generators and ATSs that must adhere to strict compliance and testing protocols. Interested contractors should contact Derrick A. Paquette at Derrick.Paquette@va.gov for further details, with all proposals due by the original deadline specified in the solicitation.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.