SOURCES SOUGHT
Z -- Upgrade Facility Generator Controls Construction 585-25-103
- Notice Date
- 12/3/2025 5:32:54 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226B0003
- Response Due
- 12/9/2025 1:00:00 PM
- Archive Date
- 12/11/2025
- Point of Contact
- Donita Grace, Contract Specialist, Phone: 414-844-4860
- E-Mail Address
-
Donita.grace@va.gov
(Donita.grace@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Sources Sought / Intent to Sole Source Cummins products For the Upgrade Facility Generator Control Construction Project 585-23-103 at the Oscar G Johnson VA Medical Center 325 East H Street, Iron Mountain, MI 49801 36C25226B0003 SCOPE OF WORK PART 1 General Scope of Work: This project includes upgrading the control system for three (3) Cummins 1250kW diesel powered generators. This entails installing modernized PCC3.3 Controllers at each generator, replacing the legacy Digital Master Controller (DMC) with Cummins modern DMC 8000, and installing new control wiring to the MV switchgear. A temporary 480V generator (1000kW minimum) and 480V/13.8kV step up transformer will be needed to maintain backup power availability to the Facility. Additionally, to complete the upgrade to the DMC8000 V3.3 software, fifteen (15) communication cards in existing facility ATS units will need to be upgraded and programmed for operation. Period of Performance will be 430 calendar days from the Notice to Proceed (NTP) PART 2 SOURCES SOUGHT GENERAL DESCRIPTION: The Oscar G. Johnson VAMC is requesting sole-source approval for materials to replace existing generator controls utilizing components and software provided by Cummins. The Facility is currently at risk as the generator controls system for the Facility s three (3) Cummins generator sets are no longer supported by Cummins. These controls are required not only to monitor and measure power, but they are also integral for Emergency Electrical reporting required by the Joint Commission. Cummins components and programming are proprietary to the Facility electrical distribution, control, and monitoring. It is critical that this system perform flawlessly as it is part of the EPSS (Emergency Power Standby System) that provides emergency power to the medical center and produces Joint Commission reports. Our existing Cummins generators were installed between 12 and 15 years ago as a multi-million-dollar project in which Cummins was selected as part of a competitive bid. The Cummins equipment needed to complete this controls upgrade would include but not necessarily limited to a new Cummins Power Group Digital Master Control 8000 enclosure with associated hardware, Cummins DMC 8000 Version 3.3 system network controls software, Cummins DMC 8000 Version 3.3 generator controllers with cabinets, and Cummins Automatic Transfer Switch network communication cards. To maintain proper operation of the generators and remain in compliance with the requirements set forth in NFPAs 99 and 110, it is in the best interest of the Government to acquire the proprietary equipment from Cummins to support the completion of the controls upgrade. Work is assigned to NAICS 238210 Electrical Contractors and Other Wiring Installation Contractors. This industry includes businesses primarily engaged in the installation and maintenance of electrical wiring, equipment, and systems. It encompasses activities related to new work, additions, alterations, maintenance, or repairs of electrical systems. The small business size-standard for NAICS 238210 is $19 million. Should the solicitation be set-aside for an SBA Verified SBVOSB, in accordance with VAAR 852.219-73 https://www.va.gov/oal/library/vaar/vaar852.asp#85221973: (d) (3) General Construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. (d)(5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: ___ By the end of the base term of the contract or order, and then by the end of each subsequent option period; or ___ - By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. Part 3 INTERESTED SOURCES SHALL SUBMIT THE FOLLOWING: Company name, address, point of contact, phone number, SAM UEI number, and business status. Indicate the primary nature of your business, any teaming agreements or arrangements, planned self-performance and subcontracting program. Provide detailed construction background related to extensive experience in hospital electrical and wiring installation. This information should include a description of the overall project, AND specifically what work your company performed on the contract. Include overall project costs as well as the cost assigned to your portion of the project. Provide details on the size of your business from the following types of specialized construction small businesses: Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) Women Owned Small Businesses (WOSB) 8(a) Businesses HUBZone Businesses Small Businesses (SB), and Large Businesses. If your intent is to complete this potential contract as one of the small business types listed above, include specific details as to how your company will fulfill the 25% small business-type requirement. If your company will not be self-performing the upgrade generators controls, provide qualifications listed above for the subcontractor. Total submittal shall be no longer than (8) eight pages in one .pdf file or word document. Responses are required to be sent via email to Donita.grace@va.gov no later than Monday, December 1, 2025 THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this Sources Sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. --END OF DOCUMENT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f90af8271886447d90341088ba31c9d4/view)
- Place of Performance
- Address: Oscar G Johnson VA Medical Center 325 East H Street Iron Mountain, MI, Iron Mountain, MI 49801, USA
- Zip Code: 49801
- Country: USA
- Zip Code: 49801
- Record
- SN07656850-F 20251205/251203230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |