EHRM Huntington VAMC 581-22-700 Construct Infrastructure Upgrades
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 proposals for the EHRM Huntington VAMC 581-22-700 Construct Infrastructure Upgrades project at the Hershel “Woody” Williams Veteran Affairs Medical Center (HWVAMC) in Huntington, West Virginia. This significant construction project, estimated between $20,000,000 and $50,000,000, is a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 12, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will provide all labor, project management, materials, tools, supplies, and equipment for comprehensive infrastructure upgrades. This includes general construction, alterations, site preparation, demolition and removal of existing structures, roads, walks, grading, and drainage. The project involves extensive mechanical, electrical, and telecommunications system upgrades, including detailed work on HVAC, plumbing, electrical distribution, data centers, and fiber optic cabling across multiple buildings. Specific technical requirements cover load management, firestopping, seismic design, UPS systems, and security access detection.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Magnitude: $20,000,000 to $50,000,000.
- NAICS: 236220 Commercial and Institutional Building Construction (SBA Size Standard: $45.0M).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified at submission and award.
- Period of Performance: 690 Calendar Days after receipt of Notice to Proceed (NTP), anticipated within 90 days of award.
- Bonds: A bid guarantee (min 20% of proposal, max $3M) is required. Payment and Performance Bonds will be required upon award.
- Subcontracting: Contractors must comply with VAAR 852.219-75, limiting payments to non-SDVOSB/VOSB firms to 85% for general construction.
- Taxes: The project is not tax-exempt; offerors must include all state and local taxes.
Submission & Evaluation
- Submission Method: Proposals must be submitted via email to Sadaya.Brittian@va.gov and Samantha.Mihaila@va.gov. Submissions require three separate volumes (Technical, Price, Administrative) as searchable PDFs, each in a separate email and less than 5MB.
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Technical Capability (Factor 1): Requires demonstrating experience with a minimum of two and a maximum of five construction projects completed within the last six years. These projects must be in occupied medical facilities, similar in scope and complexity (minimum value $20M, 75% completed).
- Price (Factor 2): Will be evaluated based on the lowest price.
Key Clarifications & Requirements
Amendments have provided significant clarifications:
- Technical: Load requirements (ASD), blast requirements (exempt), UL/FM Global certified firestopping, required wall protection, 2-port Allowance WAOs (+10%), removal of unused cabling below Cat6, 40% fill ratio for raceway reuse, EMT conduit for horizontal fiber runs, contractor-designed seismic and temporary shoring, contractor-furnished UPS, ceiling-mounted motion detectors for security.
- Operational: Design team members are precluded from participating as Prime/Mentor-Protégé/subcontractor. PIV badging is mandatory for all personnel. Specific work (CAT6A cutovers, power shutdowns, IT outages) requires after-hours work. Phasing mandates B-side work before A-side. Dedicated onsite Project Superintendent and Project Manager are expected. Contractor is responsible for independent testing, special inspections, and providing a submittal register. Phased substantial completion will be utilized.
- Compliance: FAR 52.222-90 (Addressing DEI Discrimination by Federal Contractors) is included. Buy American Act deviations must be listed in the offer.
Important Dates
- Proposal Due Date: May 12, 2026, at 2:00 PM EDT.
- Site Visit: A site visit was conducted on March 31, 2026.