Skip to content
Department of Veterans Affairs

J059--SOURCES SOUGHT NOTICE SWITCHGEAR MAINTENANCE TESTING SERVICES BALTIMORE VA MEDICAL CENTER 36C24526Q0196

Solicitation: 36C24526Q0196
Notice ID: 8c12cfd6f36141d2ae738dd937485b11
TypeSources SoughtNAICS 238210PSCJ059DepartmentDepartment of Veterans AffairsStateMDPostedDec 29, 2025, 12:00 AM UTCDueJan 12, 2026, 04:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MD. Response deadline: Jan 12, 2026. Industry: NAICS 238210 • PSC J059.

Market snapshot

Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.

12-month awarded value
$7,419,240
Sector total $33,099,099,894 • Share 0.0%
Live
Median
$56,254
P10–P90
$7,931$1,951,088
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,419,240)
Deal sizing
$56,254 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Department of Veterans Affairs Baltimore VA Medical Center, 10 North Green Street • Baltimore, Maryland • 21201 United States
State: MD
Contracting office
Linthicum, MD • 21090 USA

Point of Contact

Name
Bill Pratt
Email
Billie.Pratt@va.gov
Phone
410-642-2411

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
245-NETWORK CONTRACT OFFICE 5 (36C245)
Office
Not available
Contracting Office Address
Linthicum, MD
21090 USA

More in NAICS 238210

Description

SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. The Baltimore VA Medical Center is in need of a qualified contractor for NETA Maintenance Testing of a GE PowerVac 15KV Switchgear Lineup. Scope of work on the last few pages. Interested & Capable Responses: Must respond with the following information. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Baltimore VA Medical Center. Please respond to this RFI/Sources Sought 36C24526Q0196 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (including applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted by 10:00 AM (ET) NLT 01-12-2026, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov Respond: 36C24526Q0196 Sources Sought Notice | Company Name This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). Scope of Work: NETA Maintenance Testing of GE PowerVac 15KV Switchgear Lineup Location: Department of Veterans Affairs, VA Hospital Baltimore, Maryland 1. SCOPE The purpose of this Performance Work Statement (PWS) is to define the requirements for the Contractor to perform NETA Maintenance Testing and inspection services on the GE PowerVac 15KV Switchgear Lineup located at the VA Hospital in Baltimore, Maryland. The contractor shall provide all labor, supervision, materials, test instruments, and equipment necessary to perform the work in accordance with the latest edition of ANSI/NETA Maintenance Testing Specifications (MTS), applicable ANSI, IEEE, NFPA, and manufacturer s recommendations. All testing shall be performed de-energized and coordinated with the VA to ensure minimal disruption to facility operations. 2.0 APPLICABLE DOCUMENTS AND STANDARDS The following documents and standards, or the latest revisions thereof, shall apply to the work performed under this PWS: ANSI/NETA MTS Standard for Maintenance Testing Specifications for Electrical Power Equipment and Systems NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace OSHA 29 CFR 1910 Subpart S Electrical Safety Requirements Manufacturer s published operation and maintenance manuals 3.0 EQUIPMENT TO BE TESTED The GE PowerVac 15KV Switchgear lineup consists of the following sections: BGE Utility Main #13708 (4) 51 mechanical relays (1) 86-2 lockout relay section (3) 87B differential relays (1) 27x-3, (1) 62x-3, (1) 27-3, (1) 60-3 mechanical relay BGE Utility Main #13709 (4) 51 mechanical relays (1) 86-2 lockout relay section (3) 87B differential relays (1) 27x-3, (1) 62x-3, (1) 27-3, (1) 60-3 mechanical relay Tie Breaker (13709 to 7835) (1) 27x-3, (1) 62x-3, (1) 27-3, (1) 60-3 mechanical relay Tie Breaker (13708 to 7835) (1) 27x-3, (1) 62x-3, (1) 27-3, (1) 60-3 mechanical relay (2) Metering compartment sections (1) PT/CT compartment for 13708 section (1) PT/CT compartment for 13709 section (7) Feeder breaker sections, each with (3) 50/51 mechanical relays and (1) 51GS mechanical relay (1) Ground and test device section (1) Section equipped for breaker spare 4.0 REQUIREMENTS AND PERFORMANCE TASKS 4.1 Switchgear and Bus Testing The contractor shall: Perform visual and mechanical inspection of all switchgear sections. Clean and torque all accessible bolted electrical connections. Conduct insulation resistance testing (phase-to-phase and phase-to-ground). Perform contact resistance testing of main bus and breaker stabs. 4.2 Circuit Breaker Testing (15KV PowerVac) The contractor shall: Conduct visual and mechanical inspection. Perform contact resistance and insulation resistance testing. Perform vacuum bottle integrity testing. Conduct primary current injection testing to verify trip operation. Perform mechanical timing and operation testing. 4.3 Protective Relay Testing (Electromechanical Relays) The contractor shall: Calibrate and functionally test all 51, 50/51, 51GS, 27, 27X, 60, 62, 86, and 87B relays per manufacturer tolerances. Verify control circuit continuity, wiring integrity, and tripping path functionality. 4.4 PT/CT and Metering Testing The contractor shall: Perform ratio, polarity, and insulation resistance testing. Perform burden and excitation testing where applicable. 4.5 Grounding Verification The contractor shall: Perform visual inspection of all grounding buses, connections, and hardware. Verify ground continuity and ground resistance. 4.6 Additional Functional Testing The contractor shall: Functionally test all mechanical and electrical interlocks and safety devices. Verify trip coordination as found and as left. 5.0 DELIVERABLES The contractor shall submit the following deliverables: Field Test Data Sheets for all tested equipment. Calibration Reports for all relays and devices. Summary Report indicating pass/fail status against NETA criteria. Deficiency List of any equipment not meeting performance standards. Final Comprehensive Test Report in both PDF and hard copy format. All reports shall include test values, instrument serial numbers, calibration dates, and technician signatures. 6.0 PERFORMANCE STANDARDS Task Performance Standard Acceptable Quality Level (AQL) Perform testing per NETA MTS and manufacturer standards 100% compliance No deviations Submit completed test report within 10 business days of testing 100% on time No late submissions Provide qualified NETA-certified technicians 100% compliance No unqualified personnel Maintain safety compliance (NFPA 70E/OSHA) 100% compliance No safety violations 7.0 GOVERNMENT RESPONSIBILITIES The VA Hospital shall: Provide access to the equipment and ensure system de-energization during testing. Coordinate and schedule required electrical outages. Provide existing drawings, single-line diagrams, and relay settings where available. 8.0 CONTRACTOR RESPONSIBILITIES The contractor shall: Provide all necessary test equipment, tools, and safety gear. Ensure all instruments are calibrated and traceable to NIST standards. Provide qualified NETA-certified or equivalent personnel to perform testing. Comply with all facility safety and security procedures. 9.0 EXCLUSIONS The following items are specifically excluded from the scope of this contract: Repairs or replacement of defective components. Changes to relay settings or updates to coordination studies. Temporary power generation or load bank services. Energized infrared thermography. Cleaning beyond standard wipe-down. Civil, structural, or rigging work related to equipment access. 10.0 SAFETY All work shall comply with applicable VA safety regulations, OSHA standards, and NFPA 70E. Personnel shall wear appropriate arc flash PPE, and all lockout/tagout procedures shall be followed before testing begins. SCHEDULE The contractor shall coordinate the testing schedule with VA Engineering and Facilities Management staff. A proposed testing plan and timeline shall be submitted for approval no later than 10 business days prior to mobilization. QUALITY ASSURANCE All test procedures and data shall conform to the NETA Maintenance Testing Specifications. The contractor s Quality Control Representative shall verify that all results are reviewed, signed, and certified prior to submission.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.