Automatic Transfer Switch (ATS) Testing and Imaging Services
SOL #: 36C24126Q0499Combined Synopsis/Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States
Place of Performance
Jamaica Plain, MA
NAICS
Electrical Contractors and Other Wiring Installation Contractors (238210)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
May 12, 2026
2
Submission Deadline
May 19, 2026, 2:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) Boston Healthcare System is soliciting proposals for Automatic Transfer Switch (ATS) Testing and Imaging Services at the Jamaica Plain VA Medical Center in Jamaica Plain, MA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be a Firm-Fixed-Price with a base year and four option years. Offers are due by May 19, 2026, at 2:00 PM EST.
Scope of Work
The selected contractor will provide annual ATS testing and imaging services, including all necessary labor, materials, tools, and special equipment. Key requirements include:
- Performing testing during off-hours (10:00 PM – 7:00 AM).
- Conducting infrared thermal imaging of power poles.
- Submitting reports of anomalies with color photographs and thermal imaging prints.
- Ensuring compliance with NFPA, ANSI, and MA elevator regulations.
- Specific testing for in-phase monitors, voltage & frequency sensors, auxiliary contacts, timer calibration, load shed, block transfer, power failure to restoration checks, and Bypass/Isolation switch tests.
- The contractor must be NETA certified with a minimum of 20 years of experience. Field Engineers/Technicians must be Certified Level 2 or greater Thermographers.
- A detailed ATS inventory is provided in the solicitation.
- Security requirements include obtaining a short-term identification badge.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: Base Year plus Four (1) Year Options
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified SDVOSBs listed in the SBA certification database.
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
Submission & Evaluation
- Offers Due: May 19, 2026, at 2:00 PM EST.
- Evaluation Criteria: Price, Past Performance, Technical capabilities, and Veterans Preference Factor.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Required Forms: Bidders must complete and return a "Limitations on Subcontracting" certification form, detailing any anticipated subcontractors and ensuring compliance with the 50% rule for prime and similarly situated subcontractors. A Past Performance Worksheet must also be completed for relevant references.
Key Attachments & Notes
- The solicitation includes numerous FAR and VAAR clauses.
- A Wage Determination (2015-4047 Rev 33) is provided, outlining minimum wage rates and fringe benefits for Service Contract Act (SCA) compliance in applicable Massachusetts counties. Bidders must adhere to these rates.
Contact Information
- Primary Contact: Subrena Winfield (subrena.winfield@va.gov)
People
Points of Contact
Subrena WinfieldPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026