C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 the EHRM Infrastructure Upgrades Tier 3 Data Center Construction at the James H. Quillen VA Medical Center 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 by April 16, 2026, at 2:00 PM EDT.
Scope of Work
The selected general contractor will coordinate all design and construction efforts to relocate the main computer room (MCR) on Floor 3 of Building 77. The work will occur within rooms 3A109 (existing MCR), 3A112, 3A112A, 3A112D, 3A113, 3A113A, and 3A212. Key tasks include:
- Providing redundant power distribution (2N) and computer room cooling (N+1).
- Replacing aged equipment, implementing grounding and bonding, and managing cabling.
- Installing new fiber and copper infrastructure to the new MCR.
- Implementing a new clean-agent fire suppression system (e.g., Novec 1230 or equivalent) with dedicated cylinder storage.
- Constructing a new fire-rated assembly within the MCR, ensuring all penetrations are sealed. The project aims to support a projected telecommunications load of 90 kW, utilizing two 100 kW UPS systems for redundancy.
Contract Details
- Contract Type: Firm-Fixed-Price Solicitation (Invitation for Bid - IFB).
- Magnitude of Construction: Estimated between $5,000,000 and $10,000,000.
- Period of Performance: 365 calendar days from the Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified.
- NAICS Code: 236220 with a size standard of $45 million.
- Bonds: A bid guarantee of 20% (not to exceed $3,000,000) is required. Payment and Performance Bonds will be required upon award.
Submission & Evaluation
Bids must be submitted via email to Amanda.Webster@va.gov and Bridget.May@va.gov. The deadline for receipt of offers is April 16, 2026, at 2:00 PM EDT. The bid opening will be conducted virtually via Microsoft Teams teleconference on April 16, 2026, at 2:30 PM ET. Award will be made to the responsible bidder whose bid is most advantageous to the government, considering only price.
Key Requirements & Notes
- Personnel: All personnel require a VA PIV Card; the process must begin immediately after bond provision. Roles such as Superintendent, SSHO, and QA/QC Manager cannot be double or triple-hatted. Design team members are precluded from participating in the construction team.
- Software: Procore Project Management software is required for submittals and data tracking; MS Project is required for scheduling.
- Hazardous Materials: Asbestos-containing materials are presumed present in certain areas (e.g., original window systems); abatement is the contractor's responsibility.
- Work Hours: Normal work hours are 7:00 am to 4:40 pm; bids should include an allowance for potential off-hours work.
- Subcontracting: General construction contractors must not pay more than 85% of the contract amount to firms not certified as SDVOSBs or VOSBs, excluding the cost of materials.
Contact Information
- Primary: Amanda Webster, Contract Specialist (Amanda.Webster@va.gov, 216-447-8301)
- Secondary: Bridget May (bridget.may@va.gov)