Y1DA--590-22-700 | Construct EHRM Infrastructure Upgrade | Hampton, VA |

SOL #: 36C77626R0041Solicitation

Overview

Buyer

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

Place of Performance

Hampton, VA

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
Mar 31, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
May 20, 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), specifically the PCAC (36C776) office, is soliciting proposals for the EHRM Infrastructure Upgrade project (590-22-700) at the Hampton VA Medical Center in Hampton, VA. This comprehensive construction effort aims to modernize the Electronic Health Record system infrastructure. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with an estimated value between $10,000,000 and $50,000,000. Proposals are due by May 20, 2026, at 2:00 PM ET.

Scope of Work

The project involves extensive general construction, alterations, and upgrades across multiple buildings within the Hampton VA Medical Center campus. Key areas include:

  • Infrastructure Upgrades: Electrical, mechanical (HVAC, cooling for Telecommunications Rooms - TRs), plumbing, civil, architectural, structural, fire protection, and telecommunications systems (structured cabling, fiber optics, TRs, Work Area Outlets - WAOs).
  • Demolition & Site Work: Removal of existing structures, grading, grubbing, seeding, and concrete work.
  • Security & Fire Alarm: Upgrades to IT infrastructure, security provisions, and fire alarm systems, including specific brand-name items: Bosch BVMS 12.3 (security camera), Lenel OnGuard 8.2 (access control), and Edwards EST 4 (fire alarm). Bidders are responsible for sourcing these proprietary components.
  • Environmental: Abatement of specific items listed in specification sections (02 82 11, 02 82 13.13, 02 82 13.19 & 02 82 33.13) is part of the contract.
  • Phasing: Work will be executed in two phases (Site work, TRs/outlets), with Phase 1 requiring completion before Phase 2 can commence. The project will occur in an occupied healthcare facility, requiring strict adherence to safety and infection control protocols (ICRA).

Contract & Timeline

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 1,095 calendar days after the Notice to Proceed.
  • Estimated Value: $10,000,000 to $50,000,000.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified.
  • Proposal Due: May 20, 2026, at 2:00 PM ET.
  • Published Date: May 6, 2026 (latest amendment).

Submission & Evaluation

Proposals must be submitted via email to Scott.Elias@va.gov and amy.graham@va.gov in three volumes: Technical, Price, and Administrative. The award will be made using the Lowest Price Technically Acceptable (LPTA) method, evaluating factors such as Qualifications, Key Subcontractors, Project Execution, and Price. A Bid Guarantee (SF 24) is required, and Payment and Performance Bonds (SF 25A and SF 25) will be necessary upon award.

Key Requirements & Notes

  • Key Personnel: Dedicated Project Manager, Onsite Superintendent, Site Safety & Health Officer (SSHO), and CQC System Manager are required, and these roles cannot be combined.
  • Subcontracting: Offerors must certify compliance with VAAR 852.219-75, limiting payments to non-SDVOSB/VOSB firms to 85% for general construction (excluding materials). Key Subcontractor Information (KSI) forms are required for communications installers, demonstrating relevant project experience ($5M+ in Division 27 complexity).
  • Compliance: Adherence to Davis-Bacon Act prevailing wage rates for Hampton County, VA, and FAR Clause 52.222-90 (Addressing DEI Discrimination by Federal Contractors) is mandatory.
  • Technical Details: All referenced design alerts are incorporated into the final drawings and specifications. Geotechnical and hazardous material reports will not be provided by the VA. A third-party Commissioning Manager, not associated with the Prime Contractor, is required.

People

Points of Contact

Amy GrahamContract SpecialistPRIMARY

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

Versions

Version 4Viewing
Solicitation
Posted: May 6, 2026
Version 3
Solicitation
Posted: Apr 27, 2026
View
Version 2
Solicitation
Posted: Apr 20, 2026
View
Version 1
Solicitation
Posted: Mar 31, 2026
View