SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE - INSTALL REMOTE EMERGENCY SHUTDOWN SWITCHES ON GENERATORS - WASHINGTON DC VAMC 688-25-3-459-0279
- Notice Date
- 6/24/2025 9:14:50 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0603
- Response Due
- 7/11/2025 7:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Bill Pratt, Contracting Officer, Phone: None
- E-Mail Address
-
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is posting this Source Sought Notice in order to identify vendors that are interested in and capable of providing contractor services. Install Remote Emergency Shutdown Switches for Generators in Building 5 and Building 8. For the Washington DC VA Medical Center. Location: Washington DC VA Medical Center, 50 Irving St NW, Washington DC, 20422 Statement of Work to Install Remote Emergency Shutdown Switches for Generators in Building 5 and Building 8 DESCRIPTION OF WORK: NEED Under a recent inspection the VA Medical Center was cited Remote Emergency Shutdown not located outside of building. This requirement is new to NFPA 70, National Electrical Code in the 2020 edition. Original installation at time of original construction prior to the language change did not specify that the Emergency Stop be located outside and were installed inside by egress into the generator location. GENERAL SCOPE: To meet the requirement for this new code standard the emergency shutdown circuit will need to be extended to an exterior location. Building 8 structure is comprised of 5 gensets connected in a parallel configuration to provide an emergency source for the EEPS for the main hospital. Building 5 structure is comprised of 2 gensets connected in a parallel to [provide an emergency source of power for Buildings 4 and 6 EEPS. The contractor shall provide all labor, equipment and parts to complete the installation of the remote emergency shutdown (emergency stop) switch (RESS). The contractor shall intercept the conduit raceway currently connecting the interior RESS and install a conduit raceway to the exterior of each building. The newly installed RESS for each genset will be grouped together on the exterior of each building. Building 8 location will be at the north end of the building by the egress/ingress side door, grouping 5 RESS. Building 5 location will be on the southeast side of the building next to the ventilation louver away from the door opening grouping 2 RESS. Each location shall have the RESS mounted in a NEMA 3 or 4 rated enclosure and the RESS shall be rated for a wet location or housed in a raintight enclosure protected from the environment. Covers shall be provided to minimize inadvertent engagement of the RESS to inhibit starting or operation of generators under normal conditions. Signage shall be installed to identify each RESS and the generator it controls. The signage shall be constructed of phenolic material Red with white letter. Contractor shall, after installation is complete, test the RESS to confirm each shut down each designated genset. Installation shall be installed per manufactures installation instructions and or the NFPA 70 -- National Electrical Code latest edition. Where one document conflicts with the other, the more stringent application shall be adhered to. CONFORMANCE STANDARDS: Service shall ensure that the equipment functions in conformance with the following latest published standards/codes/specifications/regulations to include, but not limited to: Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), American National Standards Institute (ANSI) DC VAMC Engineering Service Standard Operating Procedures The American Society of Mechanical Engineers (ASME) GENERAL CONDITIONS AND DEFINITIONS: VA: Veterans Affairs. Program POC: Contracting Officers Technical Representative. VA employee of VAMC Facilities and Engineering Service officially assigned to act as a Project Manager and Inspector on behalf of VAMC and the Contracting Officer. Program POC shall be First Point of Contact on all matters concerning contract work for subject Project. ICRA: Infection Control Risk Assessment. An ICRA form must be filled out and signed by Infection Control personnel prior to any work coordinate with COTR. ILSM: Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation and which are to remain in place and in effect for duration of Contract work. NFPA-NFC: National Fire Protection Association National Fire Codes. NEC: National Electrical Code, NFPA NFC Standard 70 PROVIDE: Whenever used throughout the Scope of Work, term Provide is to be understood to mean Purchase newly manufactured; Furnish delivered to VAMC work site in protective containers; Secure from tampering or theft; and Install in accordance with Contract Scope of Work, Drawings, Specifications and Manufacturer s Instructions all required items of administrative submittals, labor, demolition, construction, equipment items, and installation works for entirety of Contract. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable Federal, State and Local legal requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulation, such as applicable provision of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and 29 CFR 1926. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the Medical Center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41. The Contractor shall receive from the COTR a permit for all cutting, welding and soldering. All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads. HAZARDOUS MATERIAL REPORTING: The Contractor shall maintain hazardous inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used at this Medical Center. Hazardous materials must be inventoried when received and when the project is completed. Hazardous Materials Inventories, Material Safety Data Sheets and Material Quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Technical Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provision of 40 CFR Part 761. ENVIRONMENTAL PROTECTION: In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. All hazardous and universal waste resulting from contractor demolition and construction shall be removed and properly disposed in accordance with 40 CFR 261 through 265, 40 CFR 273 and 40 CFR 279 by the contractor at no additional cost to the VA. This will include the disposal of ballasts, fluorescent bulbs, used oil, mercury switches and any hazardous material. Copies of disposal manifests must be provided to the COTR. INTERIM LIFE SAFETY MEASURES: A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. Interested & Capable Responses: NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC VAMC. Please respond to this RFI/Sources Sought 36C24525Q0603 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted NLT 10:00 AM (ET) July 11, 2025. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ccb5c332e31410ba8a843cbfc26e206/view)
- Place of Performance
- Address: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving Street NW, Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN07487714-F 20250626/250624230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |