Z1DA--585-25-103 - Upgrade Facility Generator Controls Construction
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), through the Great Lakes Acquisition Center (GLAC), is soliciting bids for the Upgrade Facility Generator Controls Construction Project (585-25-103) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves upgrading critical generator control systems to ensure reliable backup power. Proposals are due March 26, 2026, at 1:00 PM CST.
Scope of Work
This construction project requires upgrading the control systems for three existing Cummins 1250kW diesel generators. Key deliverables include:
- Installation of modernized PCC3.3 Controllers and Cummins DMC 8000 controllers.
- Replacement of legacy Digital Master Controller (DMC) with Cummins’ modern DMC 8000.
- Installation of new control wiring to the MV switchgear.
- Provision and operation of a temporary 1000kW minimum 480V generator and a 480V/13.8kV step-up transformer to maintain continuous backup power during the upgrade.
- Upgrade and programming of fifteen (15) communication cards in existing facility Automatic Transfer Switch (ATS) units for compatibility with the new DMC8000 V3.3 software.
- Furnishing all necessary labor, materials, tools, equipment, transportation, licenses, certificates, insurance, and temporary protection.
- Compliance with NFPA 99 and 110 standards.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price.
- Estimated Magnitude: Between $1,000,000 and $2,000,000.
- Period of Performance: 430 calendar days from the Notice to Proceed (NTP).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19 million size standard.
Submission & Evaluation
- Proposals Due: March 26, 2026, at 1:00 PM CST.
- RFIs Due: March 10, 2026, 3:00 PM CST. All questions must be sent to Donita Grace (Donita.Grace@va.gov).
- Evaluation: Award will be made to the responsible bidder submitting the lowest responsive bid.
- Required Submissions: Bidders must acknowledge all amendments on Page 2 of the SF-1442. A bid guarantee (not less than 20% of bid price, not exceeding $200,000) is required, with Performance and Payment Bonds required upon award.
Additional Notes
A second pre-bid conference and site visit is scheduled for Wednesday, February 25, 2026, at 10:00 AM CST at the Oscar G Johnson VA Hospital, B077 Engineering Conference room. Bidders are responsible for monitoring SAM.gov for any further amendments and downloading all solicitation documents, including bid drawings, specifications, and wage rates. A Justification and Approval (J&A) document indicates that while the overall project is set-aside, proprietary Cummins components and software may be acquired via sole-source due to compatibility requirements.