Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
ID: 36C26026R0040Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    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.

    Point(s) of Contact
    Toni WiserSr. Contract Specialist
    (406) 373-3341
    toni.wiser@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a pre-solicitation notice for Project 648-20-116, aiming to correct electrical FCA deficiencies at the Vancouver VA Medical Center. This project, with an estimated magnitude of $5,000,000 to $10,000,000, involves replacing, modifying, or upgrading existing electrical power distribution equipment as per a Wiley-Wilson arc-flash report. The selected contractor will also perform a facility-wide arc-flash hazard risk assessment and labeling. This solicitation, numbered 36C26026R0040, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will be posted around December 2025. The contract period is 445 calendar days after the notice to proceed. This is a pre-solicitation notice only; no offers are being sought at this time.
    This Statement of Work (SOW) outlines essential electrical upgrades and maintenance for the Vancouver VA campus, focusing on correcting FCA deficiencies. The project includes replacing, modifying, or upgrading electrical power distribution equipment across all buildings, such as switchgear in Buildings 1 and 11, and the Building 11/CLC Generator. Additionally, it mandates providing building lightning protection, conducting facility-wide ground resistance testing per VHA Directive 1028-8.J(6)e, and performing an arc-flash hazard risk assessment with a comprehensive report and labeling in accordance with specification 26 05 73, upon completion of all electrical work. This SOW ensures critical infrastructure modernization and safety compliance for the VA campus.
    This government file details several panelboard and switchboard replacements within various buildings and rooms, specifically BLDG 5, RM 107 and multiple locations within BLDG 11 (RM D155, RM E143, and RM D320). Each section provides comprehensive electrical specifications including voltage, AIC rating, supply source, phases, bus rating, mounting type, wire count, main circuit breaker details, and enclosure type. Detailed circuit schedules list trip, poles, and circuit descriptions for each panelboard, indicating connections to lighting, receptacles, motors, UPS cabinets, and other panelboards. The file also includes load calculations for connected and estimated power demand, though most current load values are listed as zero. These documents are crucial for understanding the electrical infrastructure and planning for upgrades or replacements within these government facilities, ensuring compliance and operational efficiency.
    The document details conduit and wire schedules for Building 013 and a panelboard schedule for Building 14, Room 112. For Building 013, the conduit and wire schedule specifies connections for site lighting contactors, surge protection devices, water pipe bonds, service equipment bonds, grounding arrays, air terminal bonds, and photocells. It includes details on conduit size, conductor quantity and size, and ground wire size. A key note emphasizes that grounding electrode system bonding conductors must be routed in conduit when exposed and be bare when underground. The panelboard schedule for Building 14, Room 112, designated as 14-D6A (REPLACEMENT), provides comprehensive electrical specifications including location, voltage (208/120 Wye), AIC rating (22k), supply source ("DP-7/1"), phases (3), bus rating (225A), mounting type (Surface), number of wires (4), main circuit breaker (200A), and enclosure type (Type 1). It also lists detailed circuit descriptions with trip ratings and pole configurations for various electrical loads, such as receptacles, lights, pumps, heaters, and exhaust fans, as well as spare circuits and a surge protection device.
    The document details the "BLDG 18 GROUNDING - CONDUIT AND WIRE SCHEDULE," outlining the electrical grounding system for Building 18. It specifies connections between various panelboards, switchboards, and grounding components, including "PANELBOARD "18-2B1 SECT 1/2"," "SWITCHBOARD "18-2SDS2"," "PANEL "4MDS"," and "GROUND ROD." The schedule provides details on conduit sizes, conductor types (e.g., (4) 600 kcmil, (4) 3/0 AWG), and ground wire sizes (e.g., 3 AWG, 3/0 AWG, 2 AWG). Key notes emphasize that grounding electrode system bonding conductors must be routed in conduit where exposed and be bare when underground. Additionally, existing raceway is to be reused. The document serves as a technical specification for electrical contractors, ensuring compliance with grounding requirements for the building.
    The VA Portland Health Care System in Vancouver, WA, is undertaking Project #: 648-20-116, "Correct Electrical FCA Deficiencies Bldgs-Site." This project, dated October 30, 2025, involves extensive electrical, mechanical, and general construction alterations to address identified deficiencies. The specifications include detailed requirements for various divisions such as concrete, masonry, metals, thermal and moisture protection, openings, finishes, special construction, HVAC, electrical, communications, earthwork, and exterior improvements. Key general requirements emphasize site preparation, stringent safety protocols (OSHA certification, VA security, and PIV badges), and strict adherence to construction security, key control, and document control procedures. The project also outlines meticulous procedures for operations and storage, utility services, alterations, disposal of materials, protection of existing infrastructure, restoration, as-built drawings, roadway usage, and temporary use of mechanical, electrical, and elevator equipment. Comprehensive testing, commissioning, and instruction manuals are mandatory, along with specific provisions for government-furnished property, relocated items, and construction/safety signage. Historic preservation is also a critical consideration. The document also provides detailed procedures for submittal preparation, format, and transmission, emphasizing the contractor's responsibility for compliance and timely submission.
    This document outlines general, civil, architectural, structural, mechanical, and electrical plans for a government project, likely an RFP. It includes an extensive drawing index covering multiple buildings (001-027, T1819, TR3) and various levels, detailing electrical plans, one-line diagrams (existing and revised), and schedules. General notes emphasize contractor compliance with federal, state, and local laws, site verification, permit acquisition, utility protection, and adherence to specific demolition, restoration, and traffic management protocols. The contractor is responsible for site safety, coordination, and repairing any damages incurred. All materials must be new and comply with the Buy American Act, with written dimensions taking precedence over scaled drawings.
    The document outlines requirements for providing and installing a 2-inch raceway and a 24"Wx24"Hx10D junction box at the VA Ann Arbor Healthcare System. This infrastructure is for future power monitoring data cabling, connecting "09-AHF-9" and nearby power meters to Building 3, Control Room 102. The raceway must include a 200-LBS pull string. The project requires all necessary mounting hardware and stainless steel fasteners. Installation location must be coordinated with existing conditions and the VA, highlighting a focus on integrating new electrical infrastructure within an existing medical facility, ensuring proper cable management and future data collection capabilities while adhering to specific material and installation standards.
    The provided government file, comprising pages 67-76 of 238, details technical specifications and requirements likely related to an infrastructure or system upgrade project. While the specific project is not explicitly named, the repeated sections across these pages indicate a standardized format for outlining various components. Key elements include detailed schematics or diagrams (represented by the repeated blocks of '����', '���', and similar characters), lists of requirements or features (indicated by structured sections with bullet-like entries), and what appears to be a consistent framework for describing different aspects of the project. The recurring patterns suggest a focus on technical architecture, system integration, and potentially compliance with established guidelines. The document's structure, with its consistent headers and repeated layouts, points to a comprehensive and organized approach to project documentation, typical of federal, state, or local government RFPs or grants where detailed technical breakdowns are essential for vendors or grantees.
    The document outlines electrical system modifications, including the removal and reinstallation of existing meter enclosures to a replacement panelboard “DP9A/1.” It requires the provision of an active harmonic filter and a 2-inch raceway with a 24-inch by 24-inch by 10-inch junction box for future power monitoring data cabling. This raceway will connect “09-AHF-9” and nearby power meters to Building 3, Control Room 102, and include a 200-pound pull string. The project also specifies a 1-inch conduit with a 200-pound pull string. All work must be performed on weekends, with coordination with the VA for exact outage and work plans.
    The provided government file, comprising pages 133-141 of a larger document, outlines various infrastructure requirements, likely pertaining to federal government RFPs or grants. While the content is heavily obscured by formatting issues, recurring patterns indicate a focus on technical specifications, system integrations, and compliance. Key themes include detailed descriptions of mechanical, electrical, and plumbing systems, along with requirements for specific equipment and their installation. The repetitive nature of certain sections suggests a structured approach to outlining project deliverables, emphasizing adherence to established standards. The document also touches upon safety protocols and operational considerations, underscoring the importance of robust infrastructure in government projects.
    The provided government file, comprising pages 169-178 of 238, is a highly fragmented document. It primarily consists of repeated boilerplate language and numerous unidentifiable characters, making it impossible to ascertain a clear main topic, key ideas, or supporting details. The extensive use of repetitive, non-decipherable text prevents any meaningful summarization within the context of federal government RFPs, federal grants, or state/local RFPs. Without discernible content, the purpose of this file remains entirely unclear.
    This government file details electrical panelboard schedules and a conduit and wire schedule across multiple buildings, specifically BLDG 1 and BLDG 2. It outlines the technical specifications for various electrical panels, including their location, voltage, AIC rating, supply source, phases, bus rating, mounting, wire count, main circuit breaker, and enclosure type. Each panelboard lists numerous circuits with their trip ratings, poles, and detailed circuit descriptions, covering lighting, receptacles, motors, and HVAC systems. The document also includes load calculations for each panel, categorizing them by load type. Additionally, a conduit and wire schedule for BLDG 002 specifies the routing, conduit size, conductor details, and grounding requirements for connections to active harmonic filters, transformers, and grounding electrodes, emphasizing the need for proper conduit routing and manufacturer coordination for instrumentation cabling.
    Lifecycle
    Similar Opportunities
    6110--36C260-26-AP-0562 | 531-26-1-5410-0001 New Triannual Electrical Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for tri-annual electrical testing, inspection, and calibration services at the Boise VA Medical Center. The contract, valued at $19 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238210, and requires contractors to have a minimum of five years of experience along with relevant certifications such as NETA, NICET, and NRTL. This procurement is crucial for ensuring the reliability and safety of the electrical distribution system, which is vital for the operation of the medical facility. Interested parties must submit their proposals by the extended deadline of January 8, 2026, at 10:00 AM PST, and should direct inquiries to Contract Specialist Alan C Perez at alan.perez@va.gov.
    Electrical Distribution System Condition Assessment/ARC Flash
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an Electrical Distribution System Condition Assessment and Arc Flash Study at the Honolulu Veterans Affairs Medical Center (VAMC) in Hawaii. The objective of this procurement is to enhance the safety and reliability of the electrical systems, ensuring compliance with relevant standards such as NFPA 70E and VHA Directive 1028, while also updating electrical documentation and evaluating existing equipment. This project is critical for maintaining operational readiness and safety in a healthcare environment, as it addresses potential arc flash hazards and ensures proper coordination of electrical components. Interested Service-Disabled Veteran-Owned Small Businesses must submit their responses by January 6, 2026, at 15:00 PST to Victoria Torres at victoria.torres@va.gov, with any questions due by December 9, 2025.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    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.
    J061--AMENDMENT 0002 - ANSWERS TO RFIS AND EXTEND 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 and repair services at the Washington DC VA Medical Center and its community-based clinics. The procurement encompasses low and medium voltage electrical systems, including emergency, normal, and after-hours repairs, with a contract period spanning from January 15, 2026, to January 14, 2031. This opportunity is particularly significant as it aims to ensure the reliability and safety of electrical systems critical to healthcare operations, with a total estimated value of under $5 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 8, 2026, at 10:00 AM EST, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov.
    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.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.