Z2DA--Upgrade Electrical Infrastructure 581-22-102 Huntington 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) is soliciting proposals for a Firm-Fixed-Price contract to Upgrade Electrical Infrastructure (Project 581-22-102) at the Hershel "Woody" Williams VA Medical Center in Huntington, WV. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 27, 2026, by 1:00 PM EDT.
Purpose and Scope
This project aims to renovate the existing electrical and life safety systems at the Huntington VAMC to meet current codes and address obsolete or overloaded components, ensuring a safe and reliable electrical infrastructure. The comprehensive scope includes general construction, excavation, demolition, and renovation of electrical and life safety systems. Key tasks involve installing/retrofitting 480v MCCs, MDPs, and Panelboards; installing 34.5kV – 4.16kV transformers, lightning protection, and fire protection systems. The existing fire alarm system will be upgraded to EST-4 panels, specifically using Edwards brand components. The contractor will be responsible for developing and coordinating phasing to maintain continuous hospital operations, with outages minimized and performed after normal hours. Specific brand requirements include Square D for NEHB breaker interiors and SEL for load meters. An OSHA Certified "Competent Person" is required on site, and the contractor must provide unarmed guards after construction hours. Compliance with VA Standards, NFPA 101, and other relevant codes is mandatory.
Contract Details
- Contract Type: Firm-Fixed-Price single award.
- Estimated Value: Between $10,000,000 and $20,000,000.
- Performance Period: 1830 calendar days (approximately 5 years) from receipt of the Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238210, with a small business size standard of $19 million.
Eligibility and Submission Requirements
Offerors must be registered in SAM and verified in the VA Center for Veterans Enterprise (CVE) database. A mandatory "VA Notice of Limitations on Subcontracting—Certificate of Compliance" and a "Contractor Certification" regarding non-immigrant foreign nationals must be submitted with the proposal. A Bid Guarantee (SF 24) of not less than 20% of the bid price, not to exceed $3,000,000, is required. Performance and Payment Bonds (SF 25 and SF 25A) will be required upon award.
Evaluation Criteria
Proposals will be evaluated using a Best Value Tradeoff Method, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price.
Key Dates and Contact
- Proposal Due Date: May 27, 2026, by 1:00 PM EDT.
- Submission Location: FMS Building 8, 1540 Spring Valley Drive, Huntington, WV 25704, Attn: Aaron Morrison. Electronic submissions are not accepted.
- Offers Validity: 120 calendar days.
- Contact: Aaron Z Morrison, Contract Specialist, Aaron.Morrison@va.gov.
- Note: A strongly recommended site visit was held on March 10, 2026. The deadline for Requests for Information (RFIs) was March 24, 2026, and no further RFIs will be accepted.