Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC

SOL #: 36C77626R0003Solicitation

Overview

Buyer

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

Place of Performance

Be, MA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

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

Timeline

1
Posted
Nov 18, 2025
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 19, 2026, 5:00 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 office, has issued a Solicitation (RFP) for EHRM Infrastructure Upgrades Construction at the Bedford VA Medical Center (VAMC) in Bedford, MA. This project, identified as 518-22-700, seeks a Service-Disabled Veteran-Owned Small Business (SDVOSB) to perform comprehensive design-bid-build services. Proposals are due March 19, 2026, at 1:00 PM ET.

Scope of Work

The project involves extensive site preparation, demolition, and construction to upgrade communications cabling and infrastructure across numerous buildings on the VAMC campus. Key deliverables include:

  • Infrastructure Development: Construction of new Telecommunications Rooms (TRs) and a new Main Computer Room (MCR) building.
  • Cabling & Connectivity: Installation of new fiber optic and CAT 6a telecommunications cabling, Work Area Outlets (WAO), racks, UPS, and associated electrical distribution equipment.
  • System Integration: Implementation of new HVAC, CCTV, Fire Protection, Fire Alarm systems, an Advanced Utility Monitoring System, and Physical Access Control Systems (PACS) with new doors.
  • Site Improvements: General construction, alterations, removal of existing structures, and site work such as concrete walkways and landscaping.
  • Special Requirements: The project requires comprehensive third-party inspections, testing, and commissioning, all paid for by the General Contractor. Phased construction will be necessary, with work potentially occurring simultaneously across multiple buildings, limiting shutdowns to one at a time. Specific brand-name items (e.g., Johnson Controls, Trane, Edwards EST3) are justified for standardization.

Contract Details

  • Contract Type: Firm-Fixed-Price (RFP under FAR Part 15).
  • Estimated Value: Between $20,000,000 and $50,000,000.
  • Period of Performance: 730 calendar days from the Notice to Proceed.
  • Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified by the SBA and listed in the SBA database at the time of proposal submission and award.
  • NAICS Code: 236220 (Construction Of Hospitals And Infirmaries), with a size standard of $45.0 million.

Submission & Evaluation

  • Proposal Due Date: March 19, 2026, at 1:00 PM ET.
  • Technical Questions Cut-off: February 19, 2026, at 11:00 PM ET.
  • Submission Method: Electronic proposals must be emailed to Dawn.Schydzik@va.gov and William.Henkel@va.gov. Proposals should be in three volumes (Past Performance, Price, Administrative) as searchable PDFs, with each email attachment under 5MB.
  • Evaluation Criteria: Proposals will be evaluated using tradeoff procedures, with Past Performance significantly more important than Price.
  • Required Submissions: A Bid Guarantee (20% of proposal price, not to exceed $3,000,000) is required (electronic submission preferred). Payment and Performance Bonds will be required upon award. Offerors must also submit a certification of compliance with Limitations on Subcontracting.
  • Registration: Offerors must be registered in SAM.gov.

Additional Notes

A pre-proposal site visit was conducted on February 11, 2026. All questions must be submitted in writing.

People

Points of Contact

Dawn N SchydzikContract SpecialistPRIMARY
William D HenkelSECONDARY

Files

Files

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

Versions

Version 5
Solicitation
Posted: Mar 11, 2026
View
Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 12, 2026
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 18, 2025
View