Y1BG--561A4-22-700 EHRM Infrastructure Upgrades Construction - Lyons, NJ 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 proposals for a Firm-Fixed-Price contract for EHRM Infrastructure Upgrades Construction at the Lyons VA Medical Center (VAMC) in Lyons, NJ. This Total Small Business Set-Aside opportunity, valued between $20,000,000 and $50,000,000, involves comprehensive infrastructure modernization. Proposals are due March 18, 2026, at 1:00 PM EDT.
Scope of Work
This design-bid-build project (#561A4-22-700) requires comprehensive renovations, including selective demolition, installation, testing, and certification of Cat6a cabling throughout all buildings. Key improvements encompass normal and emergency electrical distribution systems (power distribution panels, lighting, controls, receptacles, grounding-bonding, UPS), upgrades to physical security and access control systems, and finishes for new or altered rooms. The contractor must provide all tools, materials, labor, quality assurance, and supervision, ensuring proactive safety and infection control compliance.
Detailed specifications cover unit masonry, secondary unit substations, and general commissioning requirements. Bidders must review the 100% Construction Documents (Drawings V1 & V2, Specifications Vol 1 & 2, Table of Contents) and account for findings from the Geotechnical Engineering Report and the Asbestos and Lead Inspection Report, which identifies hazardous materials requiring licensed removal.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Magnitude: $20,000,000 to $50,000,000
- Period of Performance: Approximately 960 calendar days from Notice to Proceed.
- Set-Aside: Total Small Business (NAICS 236220, $45M size standard). Small Business status will be verified via SBA Small Business Search (SBS) tool.
- Proposal Due: March 18, 2026, 1:00 PM EDT.
- Published Date: February 27, 2026.
- Key Requirements: Bid Guarantee (SF 24) required; Performance and Payment Bonds (SF 25 and SF 25A) upon award. A Project Labor Agreement (PLA) is required post-award. Payments will adhere to VAAR 852.232-70.
- Site Visit: A site visit was conducted on January 30, 2026, with a sign-in sheet available.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation under FAR Part 15.
Additional Notes
A Technical Question Tracker provides clarifications on various aspects, including procurement type, permit fees, phasing, commissioning agent roles (VA will hire a third-party), PIV badging requirements for all personnel, and specific material/installation details. No further time extensions will be granted after the final round of questions and answers are issued. Tariffs and economic price adjustments must be factored into the FFP bid.