Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2026 SAM #8878
SOLICITATION NOTICE

Z -- Solar Inverter Repair and Replacement

Notice Date
3/16/2026 3:04:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0492
 
Response Due
4/3/2026 10:00:00 AM
 
Archive Date
05/03/2026
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. 1.a. Project Title: Solar Inverter Repair and Replacement 1.b. Description: VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd; Los Angeles CA 90073 is seeking a contractor to supply all labor, parts and material to repair one Satcon 500 KW inverter TD using spare parts from a second Satcon 500 KW inverter TB and replace the second 500 KW inverter TB. 1.c. Project Location: VA Sepulveda Ambulatory Care Center, 16111 Plummer Street, Sepulveda, CA 91343 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26226Q0492. 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 238210 Electrical Contractors and Other Wiring Installation Contractors. 1.g. Small Business Size Standard: $19 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 120 days 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 30 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Wednesday, March 26th, 2026, to ositadima.ndubizu@va.gov 1.l. 1.m. Job walk will be conducted at 10am on Monday, March 23, 2026. Participants will meet with Ed Hunt and Ross Manoukian at Building 1, Conference room B-125, of the Sepulveda VA Medical Center located at 16111 Plummer St. North Hills, CA 91343. Please reach out to Ross Manoukian at 818-381-2276 if you need to locate the meeting point. Please email Ositadima.ndubizu@va.gov to indicate intent to participate 1.m. Company info and quote should be in the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form and capabilities statement/experience should be sent in one email with 2 separate email attachments, or it will not be accepted 2. Statement of Work BACKGROUND. The ground-mount solar system in SACC Parking Lot A was found to have a critical failure condition during preventive maintenance inspections and service response activities. Currently, two 500 kW Satcon/Solaron inverters are offline, which means that about 1 MW of solar generation capacity is lost. Major internal defects and component breakdowns that cannot be fixed by ordinary maintenance were confirmed by diagnostic testing. In order to recover operational capacity and lessen the ongoing loss of solar production, corrective action is necessary due to the consequent loss of generation, which has a substantial impact on system production. SCOPE. The contractor must provide the following tasks: Parking Lot A Large Ground Mount System Perform diagnostic inspection and isolation of failed inverter systems Salvage usable internal components from inverter TB to support restoration of inverter TD Rebuild and repair inverter TD including internal electrical components, cooling fan motor assemblies, power supply components, and connector hardware as required Decommission inverter TB due to major internal failure and non-repairable condition Install replacement inverter capacity using SMA Sunny Tripower CORE1 (OR SIMILAR) string inverters to restore approximately 500 kW generation capacity Perform electrical integration, system testing, and commissioning Restore monitoring and validate operational performance Document repairs, testing results, and commissioning The contractor shall provide own ladders/ lift to access solar carport system to inspect the damage structurally and electrically Inverter Replacement To replace the output capacity of the 500-kW central inverter, the proposed system would require approximately: 16 × SMA Sunny Tripower CORE1 33-US Inverters Calculation: 500 kW required capacity 33 kW per inverter 500 ÷ 33 16 units The new solar inverters shall be California State Certified and on the current list of inverters. SAFETY REQUIREMENTS The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to those found in Federal and State Occupational Safety and Health Act (OSHA and MOSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthy working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and to protect Government Property, reference NFPA 241 and 29 CFR 1926. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. Contractor to coordinate all work and inspection with the VA Facility Manager and VA M & O Foreman including all requirements to shut down power to the solar panels at parking Lot A at the VA Sepulveda Campus.and closure of parking lot next to Building 500. PERIOD OF PERFORMANCE. The period of performance will be 120 days New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 CONTRACTOR EMPLOYEES The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. INSURANCE COVERAGE a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held liable for any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. e. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Friday, April 3rd, 2026, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 4) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 2) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. � SP1: Special Licensure.� Offeror or proposed subcontractor must submit evidence that they hold a C-46 Solar Contractor license issued by California Contractors State License Board SP2: Specialized Training. Offerors or proposed subcontractors must submit evidence that they have completed 30-hour OSHA Construction Safety course � SP3: Specialized Experience.� The existing 500 KW solar inverters are not manufactured any longer by Satcon. Contractor shall have at least 5 years experience in trouble shooting and repairing Satcon inverters. Offeror shall provide references for which the contractor has performed services as described in the scope.� The narrative must include contract numbers and reference point of contact to include � telephone numbers and e-mail addresses. References will be contacted to verify technical capability to fulfil the requirements listed in the Scope of work. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.� � (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (a) Basis of Award.� This procurement is being conducted pursuant to FAR Part [13] procedures.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Price alone is the sole evaluation factor.� In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement.� Offerors who fail to meet any special standard of responsibility will not be eligible to receive a contract award.� � (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If a contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.� � � (c) Options.� The Government will evaluate [offers / quotes] for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an [offer] is unacceptable if the option prices are significantly unbalanced or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not oblige the Government to exercise the option(s).� � � (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award.� � (End of provision)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/884784b44ec94a23b21ac1bdcdfaf63a/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07746077-F 20260318/260316230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.