Y1BG--561A4-22-700 EHRM Infrastructure Upgrades Construction - Lyons, NJ VAMC

SOL #: 36C77626R0001Solicitation

Overview

Buyer

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

Place of Performance

Lyons, NJ

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Electronic And Communications Facilities (Y1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Mar 5, 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 EHRM Infrastructure Upgrades Construction at the Lyons VA Medical Center in Lyons, NJ. This project involves comprehensive renovations and system upgrades under a Firm-Fixed-Price contract, with an estimated magnitude between $20,000,000 and $50,000,000. This is a Total Small Business Set-Aside. Proposals are due by March 5, 2026, at 13:00 EST.

Scope of Work

The project entails a design-bid-build minor construction effort (#561A4-22-700) including selective demolition, general construction, and alterations. Key upgrades cover:

  • Installation and certification of Cat6a cabling throughout all buildings.
  • Improvements to normal and emergency electrical distribution systems (power distribution panels, lighting, controls, receptacles, grounding-bonding, UPS).
  • Upgrades to physical security and access control systems.
  • Finishes for new or altered rooms (walls, floors, ceilings).
  • Installation of secondary unit substations, including liquid-filled transformers and vacuum fault interrupters.
  • Unit Masonry work for exterior and interior walls.
  • Abatement of identified asbestos and lead paint materials.
  • All work must strictly adhere to the Statement of Work, drawings, and specifications, with proactive safety and infection control compliance.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: Approximately 960 calendar days from Notice to Proceed.
  • Magnitude of Construction: $20,000,000 to $50,000,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5). Small Business status will be verified via the SBA Small Business Search (SBS) tool.
  • Bonds: A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not to exceed $3,000,000) is required. Performance and Payment Bonds (SF 25 and SF 25A) will be required upon award.
  • Project Labor Agreement (PLA): A PLA is required and must be submitted after contract award.

Submission & Evaluation

  • Proposals Due: March 5, 2026, at 13:00 EST.
  • Submission Method: Via email to Donald.Marsh2@va.gov and Samuel.Cornwell@va.gov in three volumes (Technical, Price, Administrative) as searchable PDFs. Each email should not exceed 20MB (maximum 3 emails).
  • Evaluation: Lowest Price Technically Acceptable (LPTA) procedures.
  • Questions Due: February 6, 2026 (no extensions).
  • Contacts: Samuel Cornwell (Samuel.Cornwell@va.gov) and Donald A. Marsh III (donald.marsh2@va.gov).

Key Clarifications & Requirements

  • Site Visit: A site visit was held on Friday, January 30, 2026. No unauthorized contact with the site is permitted.
  • Commissioning: The VA will hire a third-party Commissioning Agent under a separate contract.
  • Permit Fees: Contractor is responsible for permit fees.
  • PIV Badging: All personnel require a VA PIV Card; contractors must begin the process immediately after bond submission.
  • Working Hours: Work in hallways and occupied spaces requires coordination for after-hours work, while 24/7 occupied spaces can be worked on during normal hours.
  • VAAR Clause: VAAR 852.232-71 has been replaced by VAAR 852.232-70.
  • Tariffs/EPA: Escalation for tariffs will not be considered; all escalation should be factored into the FFP bid. FAR 52.216-4 (Economic Price Adjustment) will not be included.

Technical Documents Overview

Bidders must review comprehensive construction documents, including:

  • Drawings (V1 & V2): Architectural, engineering, site plans, utility, building renovations, fire protection, structural, mechanical, plumbing, and detailed electrical panel schedules for Buildings 57 and 135.
  • Specifications (Vol 1 & 2): Covering general requirements, existing conditions (demolition, asbestos, lead paint removal), and all construction trades.
  • Geotechnical Report: Subsurface conditions and recommendations for earthwork, foundations, and pavements.
  • Pre-Construction Risk Assessment (PCRA): Outlines safety and risk management protocols for 'Large Scale' construction.
  • Wage Determination: Specifies prevailing wage rates for Somerset County, NJ.
  • Key Subcontractors Information: Form for past performance details.

People

Points of Contact

Samuel CornwellContract SpecialistPRIMARY
Donald A. Marsh IIISECONDARY

Files

Files

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

Versions

Version 7
Solicitation
Posted: Mar 6, 2026
View
Version 6
Solicitation
Posted: Feb 27, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 24, 2026
Version 4
Solicitation
Posted: Feb 3, 2026
View
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2
Solicitation
Posted: Jan 16, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 24, 2025
View