Skip to main content

An official website of the United States government

You have 2 new alerts

Transformer Replacement

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 27, 2022 11:13 am PST
  • Original Published Date: Jan 26, 2022 09:46 am PST
  • Updated Response Date: Feb 04, 2022 02:00 pm PST
  • Original Response Date: Feb 04, 2022 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6120 - TRANSFORMERS: DISTRIBUTION AND POWER STATION
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Reno , NV 89502
    USA

Description

No Solicitation is currently available.

This sources sought notice is for planning purposes only. All information contained herein is preliminary, and subject to changes and/or cancellation at the discretion of the Government. Interested vendors shall provide responses to this notice voluntarily, and at no cost to the Government. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. Based upon information received in response to this Sources Sought Notice the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. 

The applicable North American Industry Classification System (NAICS) Code is 237130, Power and Communication Line and Related Structures Construction, and the small business size standard is $39.5M. Project magnitude is anticipated between $250,000.00 and $500,000.00.

Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM.  Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Vendor Information Pages (VIP) at https://vetbiz.va.gov/vip/.

Description of Services
Project Number 654-21-109, Building 1 Transformer Replacement

Location: VA Sierra Nevada Health Care System, Reno Nevada 

The Contractor shall furnish all material, labor, services, supplies, equipment, testing, and supervision in order to install a fully functioning and complete system to accomplish all items and requirements to replace transformers and cables that serve Building 1 at the VA Reno Hospital Facility.  The work will involve replacement of the building 1 main transformers, secondary and medium voltage cabling. This construction effort will consist of preparing complete construction documents to accomplish the replacement of the transformers at Building 1, secondary and primary feeder cables.  All work shall comply with VA, NEC, and local codes.  All contractor personnel must possess all certifications and licenses required by Local, State, and Federal jurisdictions to perform this work.

Period of Performance (POP)

Expectant performance will be 150 calendar days from issuance of the notice to proceed (NTP).

Sources Sought Information

The Government requests that interested parties review the Description of Services and provide the following capability information to the Contract Specialist, Samantha Henderson, at samantha.henderson@va.gov,  by 2:00 PM PST on February 4, 2022:

  1. Business Size (Large/Small)

  1. Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.)

  1. SAM record

  1. DUNS number

  1. Ability and experience in managing projects between $250,000.00 and $500,000.00. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives.

  1. Bonding Capability; per contract and aggregate.  Provide amount of aggregate bonding currently available (i.e. amount not committed).

  1. Anticipated Teaming Arrangements (if any).

  1. List of Projects (Government and Commercial) that are similar is scope and size.

  1. List of Sub-Contractors you intend to use on a project of this size and scope

  1. How does your company intend to meet the Limitations on Sub Contracting as per 13 CFR 125.6?

  1. Are your Sub-Contractors from the local area or will they be coming from out of the area?  If out of the area, from where?

Interested parties shall not submit more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages.

The Government will use this information when determining its business type decision.

 

This Sources Sought Notice is not to be construed as a commitment by the Government.

No contract will be awarded as a direct result of this announcement.

Contact Information

Contracting Office Address

  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA

Primary Point of Contact

Secondary Point of Contact





History