Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
SOL #: 36C25026B0006_1Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States
Place of Performance
Fort Wayne, IN
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Maintenance Of Hospitals And Infirmaries (Z1DA)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Dec 12, 2025
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 20, 2026, 3:00 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) is soliciting bids for the Upgrade Campus Electrical Systems Project (No. 610A4-23-101) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. This project involves a significant electrical infrastructure upgrade, including demolition and new construction. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by February 20, 2026, at 10:00 AM EST.
Scope of Work
This project entails a new electrical service upgrade for the campus. Key components include:
- Demolition: Removal of Building 16, its existing electrical equipment, generators, and an underground fuel storage tank.
- New Construction: A 6,600 square foot addition to the south side of Building 1 to house new primary switchgear and generators.
- Equipment Upgrades: Installation of three (3) new 600 kW standby generators, associated automatic transfer switches (ATSs), and three (3) new unit substations.
- System Integration: Integration of new electrical systems with existing infrastructure, including fire suppression, plumbing, mechanical, and IT systems.
- Performance Standards: Maximizing energy conservation, limiting noise/construction impact, and compliance with VA Design Manual, IBC 2021, NFPA codes, OSHA, ASME, IEEE, ANSI, NEMA, and current ABA code.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Magnitude of Construction: Estimated between $10,000,000 and $20,000,000.
- Period of Performance: 30 calendar days for commencement after Notice to Proceed, with 1,460 calendar days for completion.
- NAICS Code: 236220 ($45 million size standard).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Bidders must be VA-certified and listed in the SBA certification database.
- Bonds: A bid guarantee (20% of bid price, max $3,000,000) is required. Performance and Payment Bonds are required for awards over $30,000 and $150,000 respectively.
- Registration: Contractors must be registered in SAM.gov.
Key Requirements & Clarifications
- Geotechnical: A geotechnical report was used for design. Bidders should use a bulwark installed length of 25 feet per horizontal helical anchor for bidding, with a unit price for a 20-35 foot range. Final design will be by engineers.
- Electrical: UL 891 compartmentalized switchboards are NOT permitted. Existing ATS must be retrofitted for integration into the ECMS.
- IT Infrastructure: Compliance with VA OIT standards (version 3.0, 21 Aug 20) is mandatory for all telecommunications spaces and IT equipment.
- Personnel: Superintendent and SSHO may be the same individual, but not the QC. CQC System Manager cannot share duties with SSHO or Superintendent. Experience/CQM-C certification may be considered in lieu of formal degrees for qualifications.
- Site Logistics: No on-site office space; contractors must supply their own trailers, storage, fencing, and temporary restrooms. Utility outages require two-week notice. Engineered temporary shoring is required for excavation adjacent to Building 1.
- Compliance: Hazardous abatement (asbestos/lead removal) is required. Awardees are responsible for the latest wage determination (dated 1/30/2026) as of the bid opening date. A mandatory VAAR 852.219-75 form regarding subcontracting limitations (no more than 85% to non-certified firms for general construction) must be included with the bid.
- Health Protocols: Contractors require a valid TB test on file.
Submission & Evaluation
- Proposal Due: February 20, 2026, 10:00 AM EST.
- Submission Method: Email only to Brian.Rosciszewski@va.gov. Physical documents will not be accepted.
- Bid Opening: Virtual, one hour after the bid submission deadline.
- Evaluation: Award will be evaluated without discussion, per FAR 52.214-19.
- RFI Responses: Seven RFIs have been answered via Amendment 0003, clarifying various project aspects. Additional demolition drawings for Building 16 are needed.
Contact Information
- Primary Contact: Brian Rosciszewski, Contract Specialist, Brian.Rosciszewski@va.gov.
People
Points of Contact
Brian RosciszewskiContract SpecialistPRIMARY
Files
Versions
Version 11
Solicitation
Posted: Mar 2, 2026
Version 10
Solicitation
Posted: Feb 27, 2026
Version 9
Solicitation
Posted: Feb 24, 2026
Version 8
Solicitation
Posted: Feb 20, 2026
Version 7
Solicitation
Posted: Feb 12, 2026
Version 6
Solicitation
Posted: Feb 12, 2026
Version 5
Solicitation
Posted: Feb 9, 2026
Version 4Viewing
Solicitation
Posted: Feb 5, 2026
Version 3
Solicitation
Posted: Feb 2, 2026
Version 2
Solicitation
Posted: Dec 30, 2025
Version 1
Solicitation
Posted: Dec 12, 2025