EHRM Installation of DDPO2 - Hines, IL

SOL #: 36C77626Q0210Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Hines, IL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

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

Timeline

1
Posted
May 14, 2026
2
Submission Deadline
Jun 9, 2026, 4:00 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), specifically the PCAC (36C776) office, has issued a Combined Synopsis/Solicitation for general construction services to complete the EHRM Installation of DDPO2 at the Edward Hines Jr. VA Hospital in Hines, IL. This project (578-26-702) involves installing additional Data Drops and Power Outlets (DDPO) to support the Electronic Healthcare Records Management (EHRM) system. This is a Firm-Fixed-Price contract with a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by June 9, 2026, at 12:00 PM EDT.

Scope of Work

The contractor will provide comprehensive general construction services, including management, demolition, construction, and trade work. The primary objective is the installation of normal and emergency power outlets and data drops across 33 identified locations within Buildings 113, 200, and 228. This includes placing conduit, raceways, and cables, and ensuring all data ports and power outlets are labeled according to Hines VA standards. The work must adhere to attached drawings, specifications (detailed in the Specifications Book R1 covering Divisions 01, 02, 07, 26, and 27), and VA's Technical Information Library (TIL) standards.

Performance standards require minimizing disruption to daily operations, complying with specific Infection Control Risk Assessment (ICRA) levels, and adhering to OSHA standards (10-hour for employees, 30-hour for supervisors). Pre-construction activities include a kick-off meeting, Logistics Plan, Construction Security Plan, Phasing Plan, Submittal Registry, Accident Prevention Plan, and Construction Schedule. Contractors must obtain necessary VA permits, follow strict badging processes, comply with Buy American Act policies, and consider asbestos/lead abatement due to building age. Personnel working in the Inpatient Mental Health Unit must complete a specific orientation.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 90 calendar days after the Notice to Proceed (NTP).
  • Place of Performance: Edward Hines Jr. VA Hospital, Hines, IL.
  • Line Item: Line Item 0001 (Base) covers all project work.

Eligibility & Set-Aside

This acquisition is a Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified SDVOSBs and listed in the SBA certification database. The VAAR 852.219-75 VA Notice of Limitations on Subcontracting requires that for general construction, the SDVOSB prime contractor will not pay more than 85% of the contract amount to firms that are not certified SDVOSBs, excluding material costs. This certificate must be submitted with the offer.

Submission & Evaluation

  • Offers Due: June 9, 2026, at 12:00 PM EDT.
  • Technical Questions Due: June 9, 2026, at 12:00 PM ET.
  • Submission Method: Electronically via email to the Contracting Officer (Jessica Stevenson, jessica.stevenson3@va.gov) and Contract Specialist (Joelle M Mascarenas, joelle.mascarenas@va.gov).
  • Pricing: Offerors must provide a lump sum price for Line Item 0001 (Base) in whole dollar values only.
  • Representations & Certifications: Must be completed and submitted electronically via SAM.gov.
  • Award Basis: Award will be made to the lowest priced offeror whose quote conforms to all solicitation requirements. The Government reserves the right to conduct interviews prior to award.

Key Attachments for Review

Bidders are strongly encouraged to review all provided attachments, including the Statement of Work, Specifications Book (Att 8), Location Floor Plans (Att 6), Location Photos (Att 7), Pre-Construction Risk Assessment (Att 2), Infection Control Risk Assessment (Att 3), Interim Life Safety Measures (Att 4), and the Cook County, IL Wage Rates. These documents provide critical details on technical requirements, site conditions, safety protocols, and labor costs.

People

Points of Contact

Jessica StevensonPRIMARY
Joelle M MascarenasSECONDARY

Files

Files

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

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 14, 2026
EHRM Installation of DDPO2 - Hines, IL | GovScope