C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC

SOL #: 36C77626B0006Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

Mountain Home, TN

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Architect And Engineering Construction: Other Hospital Buildings (C1DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 31, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 25, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is soliciting bids for EHRM Infrastructure Upgrades Tier 3 Data Center Construction at the James H. Quillen VA Medical Center (JHQVAMC) in Mountain Home, TN. This project involves relocating and upgrading the main computer room (MCR) to meet VA Tier 3 data center standards. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due March 25, 2026, at 2:00 PM Eastern Time.

Scope of Work

The selected general contractor will coordinate all design efforts to relocate the MCR on Floor 3 of Building 77 and ensure compliance with VA Tier 3 data center standards. Key tasks include:

  • Providing redundant power distribution, computer room cooling, and distribution systems.
  • Replacing aged equipment, implementing grounding and bonding, and managing cabling.
  • Installing new fiber and copper to the new MCR.
  • Providing a new clean-agent fire suppression system, including cylinder storage in room 3A112A.
  • Constructing a new fire-rated assembly within the MCR, ensuring all penetrations are sealed.
  • General construction, alterations, and necessary removal of existing assemblies and finishes within rooms 3A109, 3A112, 3A112A, 3A112D, 3A113, 3A113A, and 3A212.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: 365 calendar days after receipt of Notice to Proceed.
  • Magnitude of Construction: Estimated between $5,000,000 and $10,000,000.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million.

Submission & Evaluation

This is an Invitation for Bid (IFB) conducted under FAR Part 14.

  • Submission Deadline: March 25, 2026, at 2:00 PM Eastern Time.
  • Submission Method: Bids must be submitted via email to Amanda Webster (Amanda.Webster@va.gov) and Bridget May (Bridget.May@va.gov).
  • Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the government, considering only price. Proposals must be submitted in whole dollar values.
  • Pre-Bid Site Visit: A pre-bid site visit was held on February 12, 2026. The sign-in sheet is available.
  • Bid Guarantee: A bid guarantee of 20% of the bid price (not to exceed $3,000,000) is required.
  • Bonds: Payment and Performance Bonds will be required upon award.

Eligibility & Key Clarifications

  • Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified as SDVOSBs by the SBA and listed in the SBA certification database at the time of bid submission and award. Offers from non-SDVOSB concerns will not be considered.
  • Subcontracting Limitations: General Construction Contractors must not pay more than 85% of the contract amount (excluding materials) to non-SDVOSB/VOSB firms.
  • Personnel Requirements: PIV cards are required for all personnel. Double or triple-hatting of roles such as Superintendent, SSHO, and QA/QC Manager is not permitted.
  • Software: MS Project is required for scheduling; Procore is not accepted as a substitute.
  • Asbestos/Lead-Based Paint: Materials impacted by work are considered asbestos-containing until proven otherwise, requiring evaluation and abatement procedures.
  • ICRA: Project is Category D, Low Patient Risk, requiring Level III precautions.
  • Technical Questions: All questions must be submitted in writing via email. Technical questions were due by February 19, 2026. Answers to some questions have been provided, with others pending.

Contact Information

People

Points of Contact

Amanda WebsterContract SpecialistPRIMARY
Bridget MaySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 6Viewing
Solicitation
Posted: Mar 16, 2026
Version 5
Solicitation
Posted: Mar 12, 2026
View
Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 31, 2025
View
C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC | GovScope