EHRM | Beckley VAMC 517-22-700 | Construct Infrastructure Upgrade

SOL #: 36C77626R0006Solicitation

Overview

Buyer

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

Place of Performance

Beckley, WV

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 23, 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 proposals for the EHRM Infrastructure Upgrades (Project 517-22-700) at the Beckley VA Medical Center in Beckley, West Virginia. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price construction contract with an estimated magnitude between $10,000,000 and $20,000,000. The project involves comprehensive infrastructure improvements to support the Electronic Health Record Modernization (EHRM) system. Proposals are due by Monday, March 23, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will provide all labor, project management, materials, tools, supplies, and equipment for the necessary infrastructure upgrades. The scope includes:

  • General Construction: Site preparation, demolition, alterations, roads, walks, grading, drainage, and utility work.
  • Hazardous Material Abatement: Removal and disposal of asbestos-containing materials (ACM) and lead-based paint (LBP).
  • Infrastructure Upgrades: Electrical systems (panel upgrades, power, UPS), HVAC systems, telecommunication infrastructure (new tower, fiber backbone, data outlets), and physical security enhancements across multiple buildings (1, 2, 3, 4, 5, 6, 7, 8, 14/15, 17, 29, 35) and the parking garage.
  • Building Components: Masonry, metal framing, carpentry, insulation, air barriers, firestopping, doors, hardware, floor finishes, gypsum board, tiling, acoustical ceilings, resilient base, painting, signage, and wall/door protection.
  • Commissioning: Verification of proper installation and functional performance of HVAC, electrical, communications, and electronic safety/security systems, including training for VA staff.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • NAICS: 236220 Commercial and Institutional Building Construction (SBA Size Standard: $45.0M)
  • Period of Performance: 730 Calendar Days after receipt of the Notice to Proceed (NTP).
  • Estimated Magnitude: $10,000,000 to $20,000,000.

Eligibility & Requirements

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 proposal submission and award. Key requirements include:

  • Subcontracting Limitations: For general construction, contractors will not pay more than 85% of the contract amount to firms that are not certified SDVOSBs or VOSBs (VAAR 852.219-75).
  • Personnel Vetting: Compliance with VAAR 852.204-70 and 852.204-72 for personnel identity verification, background investigations, and PIV cards.
  • Bonds: A Bid Guarantee (SF 24) is required (not less than 20% of proposal price, not to exceed $3,000,000). Payment and Performance Bonds (SF 25A and SF 25) will be required upon award.
  • Quality & Safety: Mandates a Contractor Quality Control (CQC) system and strict adherence to OSHA, USACE EM 385-1-1, and other safety regulations.

Submission & Evaluation

  • Proposals Due: Monday, March 23, 2026, at 2:00 PM EDT.
  • Submission Method: Via email to Sadaya.Brittian@va.gov and Samantha.Mihaila@va.gov. Proposals must be in three separate volumes (Technical, Price, Administrative), each via separate emails and under 5MB.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) method, considering Technical Capability and Price.
  • Amendments: Offerors are responsible for monitoring and acknowledging all amendments on SAM.gov.

Notes

A site visit was held on February 12, 2026. Technical questions were due by February 19, 2026.

People

Points of Contact

Sadaya Brittian Contract SpecialistPRIMARY
Samantha Mihaila Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Mar 16, 2026
View
Version 5Viewing
Solicitation
Posted: Mar 10, 2026
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3
Solicitation
Posted: Feb 12, 2026
View
Version 2
Solicitation
Posted: Jan 30, 2026
View
Version 1
Solicitation
Posted: Jan 30, 2026
View