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) has issued a Solicitation (36C24526R0030) for a Firm Fixed-Price contract to upgrade the electrical infrastructure at the Hershel "Woody" Williams VA Medical Center (VAMC) in Huntington, West Virginia. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $10,000,000 and $20,000,000. Proposals are due by April 29, 2026, at 1:00 PM EST.
Purpose & Scope
The project, identified as 581-22-102, aims to renovate the VAMC's electrical and life safety systems to meet current codes, addressing obsolete or overloaded components to ensure a safe and reliable 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, and implementing lightning and fire protection systems. A significant component is the upgrade of the existing fire alarm system to Edwards EST-4 panels, including new annunciators and integration with the emergency communication system. The contractor is responsible for developing and coordinating phasing to maintain continuous hospital operations, with outages minimized and performed after normal hours with prior COR approval. Compliance with VA Standards, NFPA 101, VA Fire Protection Design Manual, and International Building Code is mandatory.
Key Requirements
Offerors must provide an OSHA Certified "Competent Person" on site and adhere to stringent Infection Control Risk Assessment (ICRA) protocols. Specific brand requirements include Edwards for fire alarm components, Square D for NEHB breaker interiors, and SEL (Schweitzer Engineering Laboratories) for load meters. Mandatory certifications regarding subcontracting limitations (85% for general construction to non-SDVOSB/VOSB firms) and the employment of non-immigrant foreign nationals must be submitted with the proposal. A Bid Guarantee (SF 24) not less than 20% of the bid price (not to exceed $3,000,000) and Performance and Payment Bonds (SF 25 and SF 25A) are required upon award.
Contract Details
- Contract Type: Firm-Fixed-Price single award
- Magnitude: $10,000,000 - $20,000,000
- Performance Period: 1830 calendar days from Notice to Proceed
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19 million size standard
Submission & Evaluation
- Proposal Due Date: April 29, 2026, 1:00 PM EST
- Submission Method: Hard copy delivery to FMS Building 8, 1540 Spring Valley Drive, Huntington, WV 25704, Attn: Aaron Morrison. Electronic submissions are not accepted.
- Offer Validity: 120 calendar days
- Evaluation Criteria: Best Value Tradeoff Method, considering Technical Capability, Past Performance, and Price. Technical and Past Performance are significantly more important than Price.
- Eligibility: Offerors must be registered in SAM and verified in the VA Center for Veterans Enterprise (CVE) database.
- Requests for Information (RFIs): The deadline for RFIs was March 24, 2026. Responses were provided in Amendment 2.
Contact Information
- Primary Contact: Aaron Z Morrison, Contract Specialist
- Email: Aaron.Morrison@va.gov