LED Lighting Replacement Parking Lot P1

Project ID: 36C26226Q0606 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyVISN 22: Desert Pacific Healthcare Network
Deadline05/15/26
Posted05/08/26
Estimated Value<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Set AsideSDVOSBC
NAICS335139 - Electric Lamp Bulb and Other Lighting Equipment Manufacturing
PSCN062 - Installation Of Equipment- Lighting Fixtures And Lamps
LocationVA Greater Los Angeles Healthcare Los Angeles, CA 90073 United States
Description
Primary Latest Change

Posted: April 15, 2026, 5:59 p.m. EDT 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: LED Lighting Replacement 1.b. Description: VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd; Los Angeles CA 90073 is seeking a contractor to provide a complete LED Type-B lighting fixture replacement of a two-level parking structure at the Los Angeles VA Clinic located at 351 E Temple Street, Los Angeles, CA 90012 Parking Lot P1. 1.c. Project Location: LA ACC Medical Center at 351 East Temple Street, Los Angeles, CA 90012 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26226Q0606. 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 335139 Electric Lamp Bulb and Other Lighting Equipment Manufacturing. 1.g. Small Business Size Standard: 1250 employees 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 180 days 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 31 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Wednesday, May 6th, 2026, to ositadima.ndubizu@va.gov 1.l. 1.m. Job walk will be conducted from 10am to 11am on Wednesday, April 29, 2026. Participants will meet with Victor Chevez, Ed Hunt and Ross Manoukian at LA ACC Medical Center, 351 East Temple Street, Los Angeles, CA 90012 Main lobby area. There is no parking available at the LAACC Medical facility. Contractors shall park on their own and will not be reimbursed from the VA. Please reach out to Ed Hunt at (818)770-0976 or Victor Chevez at (310)554-9597 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 existing parking structure lighting system at the Los Angeles VA Clinic requires modernization to improve energy efficiency, reduce maintenance costs, and enhance visibility and safety for veterans, staff, and visitors. The complete fixture replacement with new LED Type-B fixtures will eliminate all legacy components and ballast-related failures while providing improved illumination levels and significantly reducing energy consumption and maintenance requirements SCOPE. This scope defines the requirements for a complete LED Type-B lighting fixture replacement of a two-level parking structure at the Los Angeles VA Clinic located at 351 E Temple Street, Los Angeles, CA 90012 Parking Lot P1. Contractor is to provide illumination lumen design for safety, uniformity and energy efficiency per Illuminating Engineering Society (IESNA). The project involves complete removal of existing lighting fixtures and installation of new energy-efficient 5000K LED Type-B fixtures, including proper disposal of all existing fixtures and components. The work also includes the entrance ramp from the guard shack to the P1 parking lot level. Work shall be performed during weekend periods to minimize disruption to facility operations and veteran patient care services. Pre-Installation Survey and Verification Contractor shall conduct a complete physical count and verification of all existing fixtures, verify actual fixture quantities, types, mounting configurations, and existing electrical infrastructure. Estimated fixture count: Approximately 365 ceiling-mounted hanging fixtures. In addition, 80 light fixtures from the entrance of the parking lot ramp at street level to Parking lot P1. Complete Fixture Replacement; New LED Type-B Fixtures Only Remove and dispose of existing light housing, wire and mounting hardware. Remove and dispose of all existing wall-mounted fixtures including housing and mounting hardware. The ballasts and the fluorescent light tubes will be placed in VA provided containers. Install completely new LED Type-B (ballast bypass/direct wire) fixtures with integrated LED arrays. Install all new mounting hardware as required for secure fixture installation. Rewire for direct line voltage connection (277V as existing). Total new fixtures to be installed: Approximately 365 units across parking level P1 80 light fixtures at the main parking lot entrance ramp (final count per Contractor verification). NO RETROFIT KITS COMPLETELY NEW FIXTURES ONLY New LED Type-B Fixture Specifications Type-B Configuration: new fixtures with integrated LED arrays, ballast-free design (direct wire to line voltage) Color temperature: 5000K (daylight white) Ceiling-mounted fixtures: Minimum 3,000+ lumens output per fixture suitable for parking structure applications Vapor-tight or industrial-grade LED fixtures appropriate for parking structure environments Die-cast aluminum or polycarbonate housing with impact resistance Pendant or surface mount configuration as appropriate for existing conditions Wall-mounted fixtures: Minimum 3,000+ lumens output per fixture for adequate perimeter and stairwell illumination Electrical: Direct wire 277V compatible; power factor minimum 0.90; integrated LED driver Compliance: All LED fixtures shall be UL listed (UL 1598 or UL 1598C) and DLC (Design Lights Consortium) Premium listed Standards: Comply with current California Title 24 energy efficiency standards and VA facility requirements Lifespan: Minimum L70 rating of 60,000 hours IP65 rated minimum for moisture and dust protection Suitable for damp locations and parking structure environments Gasket-sealed optical chamber Optics: Type III or Type V distribution as appropriate for application and mounting height Luminaire Efficacy Rating (LER): Minimum LER of 70 per Federal Energy Management Program (FEMP) standards Spare Fixtures Requirement Contractor shall provide 5% of the total verified fixture count as spare units. Spare fixtures shall be the same make, model, and specifications as installed units. Spares shall include both ceiling-mounted and wall-mounted fixture types in proportional quantities. All spare fixtures shall be new, in original manufacturer packaging with full warranty coverage. Contractor shall coordinate all work with the VA Facility staff Ed Hunt VA M &amp; O Foreman and Victor Chevez VA Maintenance Mechanic Leader. Contractor shall coordinate with the VA Facilities staff and provide proper training on maintenance and operations of the new light fixtures. Contractor shall turn operation and maintenance manuals into part of close out documentation. Contractor shall clean area after all work is completed. Contractor shall coordinate with VA COR and VA Facilities staff closely during all phases of this project regarding proper scheduling and access, storage of materials as to not inconvenience building occupants, patients and medical staff. Parking is very limited. Coordinate and schedule so that the project will be accomplished on weekends only. In essence completing the swap and installation over the weekends to minimize disruptions of hospital operations. GENERAL REQUIREMENTS The Contractor shall furnish all labor, materials, equipment, tools, supervision, and incidentals necessary to perform a complete LED Type-B lighting fixture replacement as specified herein (Oracle OWVS1-LED, OW2B-LED or equal refer to Attachment 1). The Contractor shall possess and maintain all required licenses, certifications, and permits necessary to perform electrical work in the State of California, including but not limited to: Have a valid California contractor's license with C-10 (Electrical) PERIOD OF PERFORMANCE. The period of performance will be 180 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 &amp; 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, May 15th, 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-10 Electrical Contractor License issued by California Contractors State License Board SP2: Specialized Experience. Offeror shall provide references from at least 3 VA Medical facilities or other government, federal, state, or local agencies for which the contractor has performed services as described in the scope. If (3) or less has not been contracted, submit commercial customers within the last three years, making a total of (3) references. 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

Current (Newest Update)

Posted: May 8, 2026, 12:08 p.m. EDT 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 1 0002 05-07-2026 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26226Q0606 X X X X 1 The purpose of this amendment is to post the VA response for the Vendor questions All other terms and conditions remain unchanged

Contacts
Contact nameOsitadima Ndubizu
Contact emailositadima.ndubizu@va.gov
Contact phone(562) 766-2252
Same Region Opportunities