Opportunity
SAM #36C24126Q0444
Medium Voltage Electrical Switch Repair at VA Central Western Massachusetts Medical Center
Buyer
Department of Veterans Affairs
Posted
April 21, 2026
Respond By
May 01, 2026
Identifier
36C24126Q0444
NAICS
238210
This opportunity involves electrical switch repair services at the Central Western Massachusetts VA Medical Center in Leeds, MA. - Government Buyer: - U.S. Department of Veterans Affairs - Sub-agency: Providence VAMC - Contracting Office: 241-Network Contract Office 01 (36C241), Togus, ME - OEMs and Vendors: - The only specific equipment referenced is the park switch model PM255-2-2-2-LF; no named OEMs are provided - Products/Services Requested: - Repair of medium voltage electrical switch (Switch 1, model PM255-2-2-2-LF) - Furnish and install new porcelain insulators - Install new stainless-steel hardware - Install new S&C fuse holder assembly - Clean, lubricate, and field test insulation and contact resistance - All work to comply with NFPA 70B and manufacturer recommendations - Contractor must provide all personnel, equipment, and supplies - Lockout/tagout (LOTO) and energized part testing per NFPA 70E - Unique or Notable Requirements: - Contractor must have at least 5 years of experience with medium voltage equipment repair and testing - All work plans and materials require prior approval - Off-hours work may be required - Set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Place of Performance: - Central Western Massachusetts VA Medical Center, 421 North Main St, Leeds, MA 01053
Description
*= Required Field This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $19.0 million. The FSC/PSC is J061. The Department of Veteran Affairs (VA) Central Western Massachusetts Medical Center located at 421 North Main St. in Leeds, MA 01053 is seeking to purchase services for electrical repairs as outlined in the Performance Work Statement: 04/08/2026 PERFORMANCE WORK STATEMENT VA Medical Center Leeds, MA B65 Switch 1 Repair Electrical Repair Service, VACWM, Leeds, MA GENERAL This is a non-personnel services contract to provide electrical repairs and service. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. Description of Services/Introduction The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, lockout/tagout, supervision, and other items and non-personal services necessary to perform electrical repairs and service as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. All shutdowns and deenergizing of equipment shall be the contractor's responsibility. The contractor shall meet the standards in this contract. The contractor shall show a minimum of 5 years of successfully completed experience in fixing and repairing medium voltage equipment, testing medium voltage equipment, and medium voltage LOTO. Installing new medium voltage equipment will not be considered as repair experience. Background The Leeds campus has experienced a failed medium voltage electrical switch. This requires repair under the NFPA 70B and VA 1028 directive to have a safe and maintained electrical system. Objectives Switch 1 requires internal insulators to be replaced and tested. Switch 1 is a park switch model number PM255-2-2-2-LF. Scope After award, but prior to the start of any field work, the contractor shall contact the Project Engineer/Manager (i.e., COR) to review proposed methods and plans for completion of work and to review infection control procedures, interim life safety procedures, and hot permits, schedule and shutdown requirements. Please review all documents prior to this meeting. The contractor is responsible for shutting down, making safe, LOTO, and testing all energized parts IAW NFPA 70E. Some off-hours may be required. The scope of this work is to furnish and install all new porcelain insulators and new stainless-steel hardware within switch 1 (SW1). Furnish and install one new S&C fuse holder assembly. Clean and lubricate all mechanisms within the switch (2 sets of 3) IAW NFPA 70B and the manufacturers' recommended service. Field test insulation resistance and contact resistance within the switch IAW NFPA 70B and the manufacturers' recommended service. All work plans and material must be submitted to the COR for approval 21 calendar days in advance of planned installation. The COR shall be notified of all on-site work 7 calendar days in advance. Past Performance The contractor must show a minimum of 5 years of similar work experience in repairing medium voltage switches, testing, and LOTO. If subcontractors are intended to be used, a history of at least 2 previously successfully completed repairs working together is required. The subcontractor must also have a minimum of 5 years of similar work experience in repairing medium voltage switches, testing, and LOTO. Period of Performance The period of performance shall be 90 calendar days from the contract award date. APPLICABLE DOCUMENTS (Attached) END OF PERFORMANCE WORK STATEMENT The purchase order/contract period of performance is 90 calendar days from the contract award date. Place of Performance/Place of Delivery Address: Central Western Massachusetts VA Medical Center 421 North Main St Leeds, MA Postal Code: 01053 Country: UNITED STATES Applicable Solicitation Provisions FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Additional provisions and clauses as listed in the document... Submission Instructions Interested parties shall submit: Attachment 1 - Price Schedule Attachment 2 - Past Performance Worksheet All quotes shall be sent to the Contract Specialist, Juliette Buchanan at juliette.buchanan@va.gov. Deadline for submission: 1-May-2026 by 4:00 PM.