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. For a contractor to provide Generator Testing Services for the Louis A Johnson VA Medical Center. Review last page for details on how to respond to this Sources Sought notice.
Scope of work:
Location of work:
Louis A Johnson VA Medical Center
1 Medical Ctr Dr, Clarksburg, WV 26301
Base plus Four (4) Option Year contract. This ensures the Louis A. Johnson VAMC maintains continuous compliance with the most recent VHA-adopted NFPA 110 and is fully prepared for The Joint Commission (TJC) and OIG inspections.
1.0 Contract Structure
Base Year: [Dates]
Option Years 1-4: To be exercised annually.
Emergency Coverage: 24/7/365 On-call availability.
2.0 Scope of Work
The contractor shall provide all labor, materials, and equipment to perform monthly, annual, and triennial testing, as well as emergency repair services.
Monthly Operational Test
Duration: Minimum 30 continuous minutes under facility load.
Time-to-Transfer: Must reach operating voltage/frequency and transfer load within
10 seconds.
ATS Rotation: Contractor shall rotate the initiating Automatic Transfer Switch (ATS) monthly to ensure all switches are cycled annually.
Supplemental Load Bank Testing (As Required)
In accordance with the most recent NFPA 110, Section 8.4.2, if a generator fails to reach the required 30% of the nameplate kW rating or the manufacturer s recommended exhaust gas temperature during the monthly run:
Requirement: The contractor shall provide a portable load bank.
Procedure: The unit shall be exercised for 2 hours annually at a load increasing to at least 75% of the nameplate rating.
Triennial (36-Month) 4-Hour Run
Once every 36 months, the contractor shall conduct a continuous 4-hour load test:
First 3 Hours: Minimum 30% of nameplate kW.
Final Hour: Minimum 75% of nameplate kW (utilizing a load bank if facility load is insufficient).
3.0 Emergency Response & Repair
Response Time: The contractor shall provide emergency repair services with a maximum 2-hour on-site response time from the initial call by the M&O Supervisor or Engineering Staff.
Availability: This requirement applies 24 hours a day, 7 days a week, including holidays.
Reporting: Any emergency repair must result in a "Return to Service" report documenting the FboNotice cause and the speci c NFPA 110 re-test performed to verify system readiness.
4.0 TJC & OIG Documentation Standards
All reports must be "Audit-Ready" and submitted to the Facilities Management Service
(FMS) within 72 hours.
Speci c Data: Reports must include exact kW/Amperage, Hz, and exhaust temperatures.
Battery Diagnostics: Conductance or speci c gravity readings are mandatory for each battery cell/unit.
Certi cation: A signed attestation that the test met the most recent VHA/NFPA 110 performance criteria.
5.0 Contractor Quali cations & Safety
Certi cation: Technicians must be EGSA-certi ed or factory-trained on VAMC-speci c assets.
Safety: All work must comply with the most recent NFPA 70E standards. The contractor is responsible for all Arc Flash PPE and for establishing a safe working perimeter.
Record Management.
. Documentation Requirements:
Date of test
Start and end time.
Total run duration.
Generator identi cation number/location.
Load percentage or kW output.
Voltage and frequency readings.
Oil pressure and coolant temperature readings.
Fuel level.
Battery condition.
Following NFPA 110.
7.0 Record Retention.
Generator test records shall be maintained for a minimum of three (3) years.
Records may be maintained electronically or in hard copy available to the facility when requested.
8.0 Generator Description.
GENSET #1
GENSET #2
GENSET #3
Manufacturer/Make/Year:
Caterpillar
Caterpillar
Kato
Model No:
SR-4
C32
500SS9D
Serial/Order No:
6NA01031
G1G00044
7319
Load Rating: (Emergency/Standby/Prime)
1000 kva
1250 kva
625KVA
Power Factor:
.8
.8
.8
Frequency:
60 Hertz
60 Hertz
60 hertz
Load in Amperage:
1000 amps
1000 amps
87
Output Voltage:
480
480 volts
4160 volts
Phase:
3-phase
3-phase
3-phase
Building:
Bld 17
Bld 17
Bld 17
Location (Area/Room):
Generator room
Generator Rm
Generator Rm
GENSET #4
GENSET #5 (portable)
Manufacturer/Make/Year:
Kohler
Baldor
Model No:
100RE0ZJF
TS225-3J
Serial/Order No:
3346GMJL0001
P1205240012
Load Rating: (Emergency/Standby/Prime)
128 kva
225 kva
Power Factor:
.8
.8
Frequency:
60 Hertz
60 Hertz
Load in Amperage:
153 amps
625 amps
Output Voltage:
480
480 volts
Phase:
3-phase
3-phase
Building:
Parking Garage
Grounds
Location (Area/Room):
Parking Garage
Grounds (portable)
Please respond to this RFI/Sources Sought 36C24526Q0352 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 (include 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 NLT 10:00 AM (ET) 03-20-2026, Responses to the
information requested above must be submitted via email to Bill Pratt at [email protected].
Respond: 36C24526Q0352 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.