508-26-152 | Bus Duct Replacement

SOL #: 36C24726R0058Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Decatur, GA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Connectors, Electrical (5935)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 26, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Mar 30, 2026, 5:00 PM

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), specifically the NETWORK CONTRACT OFFICE 7 (36C247), has issued Solicitation 36C24726R0058 for the Emergency Replacement of a Faulted Electrical Bus Duct Section at the Atlanta VA Medical Center in Decatur, GA. This critical project, titled 508-26-152 | Bus Duct Replacement, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by Monday, March 30, 2026, at 13:00 Eastern Time.

Scope of Work

This Firm-Fixed-Price construction contract requires the removal and replacement of approximately 300 linear feet (±10%) of electrical bus duct that has experienced a major fault, posing a significant risk to patient care and life-safety systems. The work involves selective demolition and replacement-in-kind using new, modern equivalent equipment (2000A/4000A, 480V, 3-phase, 4-wire, copper bus bars, aluminum housing). The project will be executed in a confined, unimproved crawlspace with dirt flooring, which is labeled as containing asbestos materials. While no asbestos abatement is anticipated, strict safety protocols, containment, and Personal Protective Equipment (PPE) are mandatory. Key deliverables include comprehensive submittals (e.g., Site-Specific Safety Plan, ICRA, ILSM, Confined Space Entry Permit, Asbestos Work Practice Plan, Quality Control Plan), acceptance testing, and site restoration.

Contract Details

  • Contract Type: Firm-Fixed-Price Construction
  • Magnitude: Between $500,000 and $1,000,000
  • Period of Performance: 252 Calendar Days from Notice to Proceed (approximately 36 weeks)
  • NAICS Code: 238210 (Commercial and Institutional Building Construction), Size Standard: $19.0 million
  • Product Service Code (PSC): 5935 (Connectors, Electrical)

Eligibility & Evaluation

This is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be 51% or more owned and controlled by one or more veterans, certified in the SBA database, and registered in SAM.gov at the time of proposal submission. Compliance with VAAR Clause 852.219-75 (Limitations on Subcontracting) is required, meaning special trade contractors cannot pay more than 75% of the contract amount to firms that are not certified SDVOSBs or VOSBs. Proposals will be evaluated using a Trade-Off Source Selection process, with Past Performance significantly more important than Price. An Experience Modification Rate (EMR) greater than 1.0 may disqualify an offeror.

Key Dates & Submission

  • Proposals Due: Monday, March 30, 2026, by 13:00 Eastern Time.
  • Submission Method: Email only to Ryan.Crispin@va.gov, CC: Joseph.Osborn@va.gov.
  • Site Visits: An initial site visit was held on March 3, 2026, with secondary site visits on March 10, 2026. Crawlspace entry was not permitted during group visits, but individual inspections were optional.
  • RFI Responses: Round 2 RFI responses have been included in Amendment 0002, providing essential clarifications.

Important Considerations

Bidders must adhere to stringent safety protocols, including OSHA regulations, NFPA 70E for electrical safety, confined space entry (29 CFR 1910.146), and asbestos work practices (29 CFR 1926.1101), as detailed in the Atlanta VAMC PRCS SOP and Asbestos Compliance Program. A designated Site Safety and Health Officer (SSHO) and Quality Control (QC) personnel are required, with the CQC system manager needing specific graduate-level qualifications. All invoicing will be electronic via the Tungsten Network. The DBA Wage Determination GA20260305 applies, establishing minimum wage rates. Offerors must complete and submit a Past Performance Questionnaire (PPQ) and an Itemized Cost Breakdown.

People

Points of Contact

Ryan CrispinPRIMARY
Joseph OsbornSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 23, 2026
Version 3
Solicitation
Posted: Mar 4, 2026
View
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 26, 2026
View
508-26-152 | Bus Duct Replacement | GovScope