H261--TRIENNIAL ELECTRICAL TESTING FOR ROCKY MOUNTAIN REGIONAL VAMC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Network Contracting Office 19 (NCO 19), is conducting a market survey (Sources Sought) to identify potential sources for Triennial Electrical Testing, including Switchgear and Battery Testing Certification, at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This is for information and planning purposes only, not a solicitation. Responses are due by 4:00 PM MT on Monday, March 16th, 2026.
Scope of Work
The requirement involves comprehensive triennial testing, full maintenance, preventive maintenance, certification, and repair services for various electrical systems. This includes:
- Paralleling Switchgear (PSG) and Automatic Throw Over (ATO) systems (GE Zenith, 480V and 15kV)
- Double-ended and Single-Source Substations (480V)
- Automatic & Manual Transfer Switches (ATS/MTS)
- Outdoor Oil-filled Transformers (208V or 480V)
- 'AlphaCell' OPzS lead-acid batteries and Generator batteries
- Medium Voltage Vacuum Circuit Breakers
- Low Voltage Circuit Breakers (480 VAC)
- Protective Relays (including GE Multilin 750)
- Metering and Instrumentation
Specific tests encompass visual inspections, operational checks, electrical measurements, calibration, cleaning, lubrication, and dielectric testing. The contractor must provide all necessary personnel, supervision, tools, materials, and equipment. Preventative maintenance is to be completed within one year of contract award, with testing on a triennial basis.
Special Requirements
Contractors must comply with NFPA standards (110, 70, 70B, 70E, 99), 29 CFR 1910, and VHA Directive 1028. Firms should be experienced, located within a 100-mile radius, and possess NETA and OSHA 10/30 certifications, with a NETA Certified Field Service Engineer supervising. Strict Lock-Out-Tag-Out (LOTO) procedures are required. Deliverables include a Site-Specific Safety Plan, proposed schedule, comprehensive test reports, and an Engineering Appraisal. A six-month parts and labor warranty is required for repairs.
Information Requested
Interested companies must provide:
- Company Name and Address
- Point of Contact (Name, Email Address, Phone Number)
- Unique Entity ID (UEI)
- For Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), complete VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.
- List any subcontractors, their size standard (IAW NAICS 541350), what they will perform, and how the firm will comply with Limitations on Subcontracting. If no subcontractors, state "No Subcontractors will be used for this requirement." Companies are encouraged to include relevant information such as specifications, cut sheets, brochures, capability statements, and past experience.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research to determine socioeconomic size)
- Response Due: March 16, 2026, by 4:00 PM MT
- Published: March 9, 2026
- Contact: Thaddeus Gray, thaddeus.gray@va.gov
Additional Notes
This is strictly for market research and planning purposes. It is not a solicitation, and no award will be made from responses. The Government will not pay for information submitted. Do not include proprietary, classified, confidential, or sensitive information.