Y1BG--EHRM Infrastructure Upgrades - Construction Great Lakes CMOP Hines, IL - 765-24-700

SOL #: 36C77626Q0041Sources Sought

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

Construction Of Electronic And Communications Facilities (Y1BG)

Set Aside

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

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Dec 3, 2025
3
Response Deadline
Dec 11, 2025, 7:00 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.

SYNOPSIS:

INTRODUCTION:

In accordance with Federal Acquisition Regulation (FAR) 10.001, this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the EHRM Infrastructure Upgrades Construction project at the Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) located in Hines, IL.

PROJECT DESCRIPTION:

The scope of this project includes facility infrastructure upgrade to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA). Infrastructure improvements as part of this scope include, but are not limited to the following: Electrical Infrastructure Upgrades, Server Room upgrades, Telecommunication Room (TR) Upgrades, relocation of servers, Communications Infrastructure Upgrade and Upgrade fiber Infrastructure backbone to Telecommunications rooms and enclosures from the DEMARC room per the OIT standards.

PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.

This project is planned for advertising in mid - January 2026. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 426 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.

CAPABILITY STATEMENT:

Respondents shall provide a general capabilities statement to include the following information:

Section 1: Provide a cover page with company name, System for Award Management (SAM) Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email.

Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).

Section 3: Provide a Statement of Interest in the project. As part of this statement, please indicate if your firm is more likely to submit a bid if it is competed as a FAR 14, Invitation for Bid, (Price Only) as opposed to a FAR 15 solicitation which includes technical factors other than price under a Request for Proposal. Would a FAR 15 procurement dissuade you from submitting a proposal?

Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above.

Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response:

No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.

Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.

Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided.

Provide a response to each of the following items:

Discuss your specific experience with previous EHRM Infrastructure Upgrade construction projects? What was the dollar value and project title, and what was your role?

Describe in detail your company s experience in the following areas:

Installing data centers

Routing fiber optic and conduit installations

Phasing management - This includes your ability to use an existing system online while building what is being replaced, and transition to take down the old system and install the new system. This project twill requires a contractor to keep working data centers operational during construction.

Migrating existing Telecommunication Rooms (TR)

Upgrade computer room air conditioning (CRAC) and mechanical, electrical, and plumbing (MEP) for data centers

Describe your experience demonstrating an ability to manage multiple simultaneous construction crews.

Section 6: It is requested that interested contractors submit a response (electronic submission) of no more than nine (9) single sided pages, single-spaced, 12-point font minimum that addresses the above. Please note that hard copies will not be accepted. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by December 11, 2025, at 2:00 PM ET.

The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.

At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

Contracting Office Address:

VHA Program Contracting Activity Central (VHA-PCAC)

6100 Oak Tree Blvd. Suite 490

Independence, OH 44131

Primary Point of Contact:

Lucretia Maloney

Contract Specialist

Lucretia.Maloney@va.gov

Secondary Point of Contact:

Megan Dohm

Contracting Officer

Megan.Dohm@va.gov

People

Points of Contact

Lucretia MaloneyContract SpecialistPRIMARY

Files

Files

Download
View

Versions

Version 2Viewing
Sources Sought
Posted: Dec 3, 2025
Version 1
Sources Sought
Posted: Nov 24, 2025
View
Y1BG--EHRM Infrastructure Upgrades - Construction Great Lakes CMOP Hines, IL - 765-24-700 | GovScope