Z2DZ--Replace Generator Control Systems | 570-25-502| Fresno VA Medical Center
Description
NCO 21 MACC GROUP 2 TASK ORDER PROPOSAL REQUEST (TOPR) Replace the Generator Controls System for the for the Fresno VA Medical Center NOTICE TO VETERANS INTEGRATED SERVICE NETWORK 21 (VISN 21) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) HOLDERS This is a pre-solicitation announcement only. Task Order Solicitation documents will be available on, after, or about August 19, 2025. The solicitation will contain all necessary proposal instructions for Construction Services for Project No. 570-25-502, Replace Generator Controls Systems for the VA Central California Health Care System, located in Fresno, CA. Description: THE UPCOMING SOLICITATION WILL BE A TASK ORDER PROPOSAL REQUEST. Proposals will only be requested and accepted from contractors who have been awarded a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract (MACC) by Network Contracting Office 21 (NCO 21). Task Order Proposals will only be requested and accepted by NCO 21 MACC GROUP IDIQ holders who are verified and registered in SAM.gov and have been verified by the SBA DSBS as an SDVOSB business from the Network Contracting Office 21 (NCO 21). See the following paragraph for information on SAM.gov and SBA DSBS portal verification. *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 ). Must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be verified by the Small Business Administration s (SBA), DSBS Portal at https://search.certifications.sba.gov/. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. PSC Code is: Z2DZ, Repair Or Alteration Of Other Hospital Buildings. The small business size standard is $45.0 million. In accordance with FAR 36.204 Disclosure of the magnitude of this construction project is anticipated between $100,000.00 and $250,000.00. Department of Veterans Affairs, Network Contracting Office (NCO) 21 will be issuing a request for a Task Order proposal for an NCO 21 MACC GROUP 2 seeking vendors who can provide The contractor must provide all tools, equipment, and personal protective equipment needed to complete this project according to industry standards, as outlined in the Scope of Work (SOW), specifications, applicable code requirements, and future site policies to be posted in the solicitation. The Department of Veterans Affairs (VA), VACCHCS Fresno Facilities Maintenance Service has outdated and irreparable generator controls. To ensure the generators function properly, all generator control systems will be located in the mechanical yard. The location of the requirement will be the Department of Veterans Affairs, VA Central California Health Care System, 2615 E. Clinton Avenue, Fresno, California 93703. The work to be performed will be as required and cited in the SOW, drawings, Brand Name requirements, and specifications that will be posted at a future date. The total duration of construction for this requirement is estimated to be 365 calendar days from notice to proceed (NTP). Work may include, but not be limited to the following: The contractor will provide operation and maintenance instructions, along with manufacturer documentation, upon project completion. This documentation, along with the maintenance schedule, will be included in the close-out documents. The contractor will offer a one-year full parts and labor warranty on the newly installed parts, in addition to the manufacturer s warranty. The contractor will supply all necessary tools, equipment, and personal protective equipment required to complete this project as per industry standards, this Scope of Work (SOW), attached specifications, applicable codes, and site policies. The contractor will ensure daily cleanup and the securing of the work site, including the security of tools and equipment. Disposal of all waste and debris will be at the contractor s own expense. The contractor will provide quality control for all the work conducted. The appointed individual responsible for quality control must be competent and knowledgeable/experienced in the field relevant to the future scope of work. The contractor shall provide all supervision, administrative and technical support, labor, subcontractors, tools, transportation, materials, supplies and equipment. The contractor will remove the existing equipment and enclosures. The vendor will perform tuning and operational testing of the new controller. If required by the COR/Engineer, the vendor will update and provide as-built drawings, with copies in both PDF and CADD formats. The vendor will troubleshoot and repair the Thomson Power Systems generator control system. The Prime Contractor or subcontractors must be factory-trained to work on Thomson Power Systems equipment and provide original equipment manufacturer-approved parts. The vendor will address the following issues: Repeated communication interruptions between the PGC and generator 2. Reoccurring PGC computer lock-ups requiring rebooting. Inability to clear all alarms. Reoccurring PGC UPS Failure alarms. Additionally, the vendor will: Install required software upgrades related to the Thomson Power Systems generator control gear. Perform a preventive maintenance inspection of all generator control system equipment (the vendor will not need to load test breakers). Provide operator training for five (5) individuals. In-depth details, including the Statement of Work (SOW), specifications, drawings, and attachments, will be published when the full solicitation is posted to SAM.gov. Any questions regarding this pre-solicitation must be sent in writing to Mr. Rosario Chaidez, Contract Specialist, at email: Rosario.chaidez1@va.gov. The following firms are eligible to apply for the resulting task order once it's posted: MACC GROUP 2 VENDORS Acierto, LLC Hawk Contracting Group 2053 North 2000 West P.O. Box 490 Farr West, UT 84404 Montrose, CO 81402 Bexar Advanced Solutions Group Patriot Construction 47 E. Crestwood Road 4646 Qantas Lane Kaysville, UT 84037 Stockton, CA 95206 Dsquare Construction Saw-Greenland JV 107 W. Sahuaro Street 2625 Production Road Tucson, AZ 85705 Virginia Beach, VA 23454 ESA South, Inc. Sergent Mechanical 1681 Success Drive 1617 Pacific Avenue Cantonment, FL 32533 Oxnard, CA 93033 Ground Level Overaa Joint Venture West Point Contractors 5013 Forni Drive 2915 E. Weiding Road Concord, CA 94520 Tucson, AZ 85706 *Any offers received from contractors not mentioned above will not be accepted. END OF PRE-SOLICITATION NOTICE
Files
Award Information
0
Awardees
Notice Timeline
Presolicitation
Aug 14, 2025
Place of Performance
2615 E. Clinton Ave
Fresno, CA 93703
USA
Contacts
Mr. Rosario Chaidez
Contract Specialist
Rosario.chaidez1@va.gov
916-923-4548