Opportunity

SAM #36C24126Q0460

Medium Voltage Feeder Testing and Replacement at Central Western Massachusetts VA Medical Center

Buyer

Department of Veterans Affairs

Posted

April 30, 2026

Respond By

May 15, 2026

Identifier

36C24126Q0460

NAICS

238210, 237130

The Department of Veterans Affairs is seeking a qualified contractor to test and replace medium voltage electrical feeders at the Central Western Massachusetts VA Medical Center in Leeds, MA. - Government Buyer: - U.S. Department of Veterans Affairs, Providence VAMC Contracting Office - Contracting Officer: Juliette Buchanan - Scope of Work: - Test and replace existing Medium Voltage (13,800 Volt) feeders - Perform VLF Insulation Resistance testing in accordance with IEEE 400 - Demolish, remove, and dispose of existing cables and electrical components - Install and test new medium voltage feeders - Maintain alternate circuit functionality during the project - Coordinate utility shutdowns and work with local authorities - Provide submittals, as-built drawings, and testing documentation - Requirements and Standards: - Adherence to IEEE, NFPA, OSHA, and VA regulations - Compliance with infection control, privacy, and security protocols for onsite work - OSHA training required for all onsite personnel - Set-Aside and Eligibility: - Opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Place of Performance: - Central Western Massachusetts VA Medical Center, 421 North Main St, Leeds, MA 01053

Description

*= Required Field Page 1 of 2 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 K061. 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 to test and replace the existing Medium Voltage (13,800 Volt) feeders as outlined in the Performance Work Statement: Performance Work Statement Test and Replace Medium Voltage Feeders Location(s): Edward P. Boland Campus, 421 N Main St Leeds, MA 01053 Purpose Purpose of this Statement of Work is to test and replace the existing Medium Voltage (13,800 Volt) feeders. Scope of Work The scope of this work involves all items relating to the following: GENERAL INTENTION Contractor shall perform VLF Insulation Resistance testing IAW IEEE 400 to existing cables and provide results to VA COR for approval to proceed to replacement. Contractor shall completely prepare site for operations, including demolition, removal, and disposal of existing cables, and furnish labor and materials and perform work for replacing MV feeders as required. Alternate circuit to remain fully functional during performance except as required and approved by the VA. Notice must be submitted not less than three workdays prior unless otherwise approved by the COR. Contractor shall coordinate with Utility and the local government, as required. Contractor to verify all measurements. Requirements The requirements of this work include, but are not limited to the following: Site Investigation Perform initial site investigation with the Integrated Project Team. Review present conditions of grounds, existing structures, power poles and conduit feed system. Take note of discrepancies/correlations between this statement of work and the needs of the project. Attend pre-installation meeting with IPT to discuss planning and phasing of the project. Ensure that construction phasing and sequence of operations minimize any disruptions to the Medical Center Operations. Work with the Contracting Officer's Representative (COR) to discuss and confirm the requirements listed in the PCRA, ICRA and ILSMs, as needed. Discuss rental of mobile generators as necessary for the duration of the work. Discuss installation site safety and security features Define schedule and milestones Discuss utility shutdowns Contractor and IPT to agree on date to begin installation. Review specification questions Mobilization and Demobilization Description: This item shall consist of all labor, materials, and equipment necessary for mobilizing and demobilizing the project site. This item shall also consist of all necessary clean up to bring the construction site footprint back into existing or better conditions (site grading, sod, gravel) as approved by the COR. This item shall also include the procurement of all necessary insurance and bonding requirements for the project. Obtain all necessary permits and clearances from the utility provider. Coordinate with local authorities and law enforcement agencies. Demolition Description: This item shall consist of all labor, materials, and equipment necessary for the removal and disposal (offsite) of the existing cables and terminations. This item shall also consist of the removal and disposal (offsite) of all existing electrical lighting, wiring, conduit, junction boxes, receptacles, panel boxes and any other electrical items associated. Replacement of Main Feeders Replace the feeders from the main utility feed on Rt. 9 to Switch Gear in building 65. New cables must be tested prior to installation. The contractor shall decide the sequence for the feed replacement based on the site survey. The secondary feed to Building 65 must stay active during this process. Phase Rotation must be maintained. GOVERNMENT FURNISHED DRAWINGS The government shall provide, at the request of the Construction Contractor, any required drawings for informational purposes regarding this project. Any drawings taken off the premises must be returned undamaged, and, if possible, returned along with an electronic copy via email in .PDF format to the Contracting Officer. Any drawings that are currently in electronic format shall be sent to the Construction Contractor via email through the Contracting Officer. SUBMITTALS The contractor will provide submittals as directed by the Contracting Officer and COR. Consult Technical Specifications for all required submittals and shop drawings. The Contracting Officer and COR will have seven (7) days to review the submittals and provide feedback. If the submittal is found unacceptable by the Contracting Officer or COR, the contractor will provide a new submittal for the item found unacceptable within three days after the notice from the Contracting Officer. TESTING The contractor will test cables after installation but prior to connection. All terminations must be installed prior to testing. AS-BUILTS The contractor shall utilize the drawings provided by VA to annotate as-builts. The contractor shall maintain 2 copies of all shop drawings on site that are being utilized as As-Built drawings to maintain all field changes performed during construction. The Contractor shall submit these As-Built Drawings to the Contracting Officer/Contracting Officer's Representative upon completion of the project. Electronic drawing files of the existing facility may be provided as needed. Contractor may submit a written request for access to these files. Location of Work The location of work shall be on the Campus of Central Western Massachusetts VA Medical Center, 421 North Main St., Leeds, MA 01053 Period of Performance Work shall be completed within 60 days after the Notice to Proceed is issued by the CO. Deliverables Schedule Deliverables shall be submitted per the specifications applicable to this project. The contractor shall provide as-built drawings, testing information, and any other applicable items and documents related to the project to the COR on a compact disk at the completion of the project. Applicable Codes, Policies, Regulations, or Directives All applicable local, state, and federal regulations shall be met. All policies, regulations, and directives of the VA and the medical center shall be met. National codes and standards covering this project shall be met. Applicable items are stated below, but are not limited to: International Building Code (IBC) OSHA CFR 1926 All applicable subparts OSHA 10 Hour Completion by workers. OSHA 30 Hour Course Completion by Supervisors and superintendent. Infection Control Risk Assessment (ICRA) Interim Life Safety Measures (ILSM) Institute of Electrical and Electronics Engineers (IEEE) NFPA NFPA 70 - National Electric Code NFPA 99 - Health Care Facilities Code NFPA 101 - Life Safety Code PRIVACY AND SECURITY REQUIREMENTS Contractor work on site will follow Physical Access Control for Physical and Information Security. Prior to contractor's arrival on site, the COR will coordinate with VA Police to identify the number and names of contractors so that the VA Police can provide temporary badges, if required. Additionally, the COR is responsible for coordinating with the service to arrange escorts. Contractor will complete "VA Privacy Training for personnel without access to VA computer information systems or direct access to use to VA sensitive information" prior to arriving beginning work. The COR will maintain a copy of training for all contractors in the contract folder. Miscellaneous Specifications applicable to this project are stated below. Edited specifications shall be provided to the contractor prior to the pre-installation meeting through a modification to this contract. https://vatilms.va.gov/vatilms/reports/PG-18-1%20Master%20Construction%20Specifications/VA%20Specs/Electrical END OF PERFORMANCE WORK STATEMENT SOLICITATION PROVISIONS A.1 FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) A.2 FAR 52.212-2, Evaluation Commercial Products and Commercial Services (DEVIATION AUG 2025) Note: In accordance with FAR 12.301(c), when the use of evaluation factors is appropriate, the contracting officer may: Insert FAR 52.212-2 in solicitations for commercial products or commercial services (see FAR 12.602); or Include a similar provision containing all evaluation factors required by FAR 13.106, FAR subpart 14.2, or FAR subpart 15.3, as an addendum (see FAR 12.302(d)). A.3 FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) at https://sam.gov in accordance with FAR 52.212-3. If paragraph (j) of the provision is applicable, a written submission is required. A.4 VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The provisions or clauses incorporated by reference in this solicitation must be completed by the offeror and submitted with the quotation or offer, as applicable. Copies are available at the websites referenced in FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or FAR 52.252-2, Clauses Incorporated by Reference, and may also be obtained from the contracting officer.     (End of provision) A.5 VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) As prescribed in VAAR 819.7011(c), insert the following clause. The contracting officer shall tailor paragraph (a)(2)(iii) as appropriate: (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA.     Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].     Printed Name of Signee:     Printed Title of Signee:     Signature:     Date:     Company Name and Address:     (End of clause) B. CONTRACT CLAUSES B.1 FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.219-8, Utilization of Small Business Concerns (JAN 2025) FAR 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (OCT 2025) (DEVIATION, if/as applicable) FAR 52.222-54, Employment Eligibility Verification (JAN 2025) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.225-1, Buy American Supplies (OCT 2022) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) FAR 52.233-3, Protest After Award (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025) B.2 Clauses Incorporated by Reference (FAR/VAAR) The following contract clauses apply to this acquisition and are incorporated by reference, with the same force and effect as if they were provided in full text: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024) FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017) FAR 52.204-7, System for Award Management Registration (DEVIATION NOV 2025) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (DEVIATION MAY 2020) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEVIATION NOV 2025) FAR 52.219-14, Limitations on Subcontracting (OCT 2022) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (DEVIATION NOV 2025) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71, Rejected Goods (OCT 2018) B.3 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may be accessed electronically at: https://www.acquisition.gov/browse/index/far C. REGISTRATION AND SYSTEMS REQUIREMENTS C.1 SAM Registration Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR 52.232-33. SAM information can be obtained at https://sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA's requirement will be ineligible to receive a Government contract. This determination is at the discretion of the Contracting Officer. C.2 System Update Lag Notice System updates may lag policy updates. SAM may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. C.3 VISTA Registration (VA) The VA utilizes VISTA to issue purchase orders and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination is at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply at: https://www.cep.fsc.va.gov/ D. SUBMISSION REQUIREMENTS D.1 Required Attachments Attachment 1 Price Schedule Attachment 2 Past Performance Worksheet D.2 Submission Method and Address All quotes shall be submitted via email to the Contract Specialist:     Email: Juliette.Buchanan@va.gov     Hand deliveries will not be accepted. D.3 Terms and Conditions Acceptance Statement To facilitate award, all quotes must include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and provide rationale, if any. D.4 Questions (Written Only) Questions shall be submitted to the Contracting Officer in writing via email. Oral questions are not acceptable. The cut-off for receipt of questions is May 8, 2026, by 4:00 PM Eastern Time (ET). Questions received after this deadline may not be answered. Questions will be addressed in a formal amendment so all interested parties can view the answers. D.5 Quote Due Date and Late Submissions Submission of quotes is due no later than May 15, 2026, by 4:00 PM ET. RFQ responses must be submitted via email to Juliette.Buchanan@va.gov. Late submissions will be treated in accordance with FAR 52.212-1(f). D.6 Best Terms Responses should contain the offeror's best terms and conditions. E. EVALUATION INFORMATION E.1 Method Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR part 13. Comparative evaluation is the side by side pairwise comparison of quotes based on the factors below, resulting in a Contracting Officer decision for the quote most favorable to the Government. E.2 Factors Price Offeror shall complete Attachment 1 - Price Schedule, inserting proposed contract line item prices in the appropriate spaces. Past Performance Offeror shall utilize Attachment 2 - Past Performance Worksheet to provide at least one (1) but no more than three (3) references for work similar in scope and size to the requirement in the Performance Work Statement. References may be checked by the Contracting Officer to ensure capability to perform the Statement of Work. The Government reserves the right to obtain past performance information from all sources. Technical The offeror's quote will be evaluated to determine whether the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement, in a timely and efficient manner. Contractor shall demonstrate corporate experience and approach to meet all requirements stated in the Scope of Work. Contractor shall demonstrate that technicians meet the qualification standards stated in the Scope of Work. E.3 Best Value Determination The award will be made to the response most advantageous to the Government. E.4 Provision Reference See FAR 52.212-2 (Section A.2) for the solicitation's evaluation provision. F. POINT OF CONTACT     Contract Specialist: Juliette Buchanan     Email: Juliette.Buchanan@va.gov ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001REPLACE EXISTING MEDIUM VOLTAGE (13,800 VOLT) FEEDERS1JB$_____________$___________ 0002TEST EXISTING MEDIUM VOLTAGE CABLES AND NEW MEDIUM VOLTAGE CABLES1JB$__________$___________ GRAND TOTAL: $___________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: Contracting Activity Address: Contract Number: Date of Contract Award: Beginning Date of Contract: Completion Date of Contract: Contract Value: Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Title: Address: Telephone: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List of any commendations or awards received: 13. List of Major Subcontractors: (Repeat the above for each reference) "REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 Wage Determination No.: 2015-6115 Daniel W. Simms Division of | Revision No.: 2 Director Wage Determinations | Date Of Last Revision: 12/03/2025 _________________________________|______________________________________ This wage determination applies to the following cities and towns in HAMPSHIRE COUNTY, MASSACHUSETTS: Amherst, Belchertown, Chesterfield, Cummington, Easthampton, Goshen, Granby, Hadley, Hatfield, Huntington, Northampton, Pelham, South Hadley, Southampton, Ware, Westhampton, Williamsburg, Worthington _________________________________________________________________________________ Fringe Benefits Required Follow the Occupational Listing OCCUPATION CODE - TITLEFOOTNOTERATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I20.76 01012 - Accounting Clerk II23.30 01013 - Accounting Clerk III26.06 01020 - Administrative Assistant34.19 <!-- Additional rows omitted for brevity --> Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

View original listing