Z1DA--585-25-103 - Upgrade Facility Generator Controls Construction

SOL #: 36C25226B0003Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Iron Mountain, MI

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 17, 2025
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Mar 17, 2026, 6:00 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), specifically the Network Contract Office 12, has issued a Solicitation for the Upgrade Facility Generator Controls Construction Project (585-25-103) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This project involves modernizing the control systems for three existing Cummins 1250kW diesel generators. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated project magnitude is between $1,000,000 and $2,000,000. Offers are due by March 17, 2026, at 1:00 PM CST.

Scope of Work

The project's primary objective is to upgrade the control systems for three Cummins 1250kW diesel generators. Key requirements include:

  • Installation of modernized PCC3.3 Controllers and Cummins DMC 8000.
  • Replacement of legacy Digital Master Controller (DMC) with Cummins’ modern DMC 8000.
  • Installation of new control wiring to the MV switchgear.
  • Provision of a temporary 1000kW generator and 480V/13.8kV step-up transformer to maintain backup power during the upgrade.
  • Upgrade and programming of fifteen communication cards in existing facility Automatic Transfer Switch (ATS) units for DMC8000 V3.3 software compatibility.
  • All necessary labor, materials, tools, equipment, transportation, licenses, certificates, insurance, and temporary protection.
  • Compliance with NFPA 99 and 110 standards.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Estimated Magnitude: $1,000,000.00 to $2,000,000.00
  • Period of Performance: 430 calendar days after receipt of Notice to Proceed.
  • Product Service Code: Z1DA (Maintenance Of Hospitals And Infirmaries)
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard of $19 million.

Submission & Evaluation

  • Offers Due: March 17, 2026, at 1:00 PM CST.
  • Bid Opening: In-person at the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, on March 17, 2026, at 1:00 PM CST.
  • Questions Due: No later than 3:00 PM local time on Friday, February 20, 2026, to Donita Grace (donita.grace@va.gov).
  • Site Visit: A site visit is scheduled for Thursday, February 12, 2026, at 10:00 AM CST at the Oscar G Johnson VAMC.
  • Evaluation: Award will be made to the responsible bidder submitting the lowest responsive bid.
  • Mandatory Acknowledgment: Contractors MUST acknowledge VAAR 852.219-75 (Limitations on Subcontracting - Certificate of Compliance for Construction) by signing and submitting it with their bid/proposal. Failure to do so will result in a non-responsive bid.

Additional Notes

A bid guarantee of not less than 20% of the bid price (not to exceed $200,000) is required. Performance and Payment Bonds are required upon award. The project requires the procurement of Cummins brand name generator controls systems and associated components due to proprietary communication requirements with existing generators, as detailed in the Justification and Approval (J&A). Bidders must adhere to prevailing wage rates for Dickinson County, MI, as outlined in the provided General Decision Number. All bidders are responsible for monitoring SAM.gov for any amendments.

People

Points of Contact

Donita L GraceContractorPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Feb 23, 2026
View
Version 10
Solicitation
Posted: Feb 19, 2026
View
Version 9
Solicitation
Posted: Feb 18, 2026
View
Version 8
Solicitation
Posted: Feb 18, 2026
View
Version 7Viewing
Solicitation
Posted: Feb 6, 2026
Version 6
Solicitation
Posted: Feb 6, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 21, 2026
View
Version 4
Sources Sought
Posted: Dec 12, 2025
View
Version 3
Sources Sought
Posted: Dec 12, 2025
View
Version 2
Sources Sought
Posted: Dec 3, 2025
View
Version 1
Sources Sought
Posted: Nov 17, 2025
View