Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOLICITATION NOTICE

H -- 657A4-25-107, Triennial Electrical Testing

Notice Date
9/16/2025 7:28:14 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525R0136
 
Response Due
10/20/2025 12:00:00 PM
 
Archive Date
01/18/2026
 
Point of Contact
Lucia Cowsert, Contract Specialist, Phone: 913-758-9912
 
E-Mail Address
Lucia.cowsert@va.gov
(Lucia.cowsert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
TITLE OF PROJECT: 657A4-25-107 - Triennial Electrical Testing Solicitation 36C25525R0136 Scope of work: The General Description: The John J. Pershing VA Medical Center requires triennial electrical testing of numerous electrical items at the facility. These include, but are not limited to, approximately 200 electrical panels, 20 transformers, 100 fused/non-fused switches, 3 Generators and 11 Automatic Transfer Switches. The contractor is responsible for verifying total quantities and completeness. A full list is given in table 1 of this Statement of Work (SoW). This testing will be in accordance with International Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications, 2023 ed., particularly chapter 7 (See attachment A; NETA/ MTS 2023 excerpt as a partial reference for Switchgear, Switchboard and Panelboard testing requirements). Adherence to all applicable codes, such as the latest version of the NEC, is expected. Because of the function of the Hospital, Clinics and many of the buildings operations, much of the work will need to be done after hours, at night and/ or on weekends. Also, coordination of the power outages associated with this testing will require 4-week notice to the VA COR responsible for managing this project. Basis for this work is given in VHA Directive 1028, Electrical Power Distribution System, dated Feb. 24, 2020. Period of Performance for all work is 270 calendar days. The facility location is the John J. Pershing VA Medical Center, 1500 N. Westwood, Poplar Bluff, Missouri 63901. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $250,000 - $500,000. The North American Industry Classification Code (NAICS) for this procurement is 238210 - Electrical Contractors And Other Wiring Installation Contractors with a small business size standard of $19.0 million. The duration of the project is estimated to be 270 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(iii), In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM under the applicable NAICS code. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 819.7003, only businesses verified under the applicable NAICS and listed in the small business administration (SBA) registry https:// www.sba.gov, shall be considered. Firms may obtain SAM information at https://www.sam.gov and VIP information at Veteran Small Business Administration at https:// www.sba.gov. The solicitation package and drawings should be available for download on or before September 18, 2025, and the proposal due date will be on or about October 20, 2025. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to lucia.cowsert@va.gov, Contract Specialist and Matthew.Finley@va.gov, Contracting Officer. Please make sure that the subject line reads, Project: 657A4-25-107 - Triennial Electrical Testing. END OF NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c82fce460c14b60ba83ebeaeef7a9b1/view)
 
Place of Performance
Address: John J. Pershing VA Health Care System 1500 N. Westwood Blvd., Poplar Bluff 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN07592342-F 20250918/250916230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.