Y1DA--FY26: NRM (PROJ: 548-22-100) BB Remove and Replace Public Address System
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), Network Contracting Office 8, is soliciting proposals for a Firm Fixed-Price (FFP) Bid Build (BB) contract to Remove and Replace the Public Address System at the West Palm Beach VA Medical Center, FL. This project, valued between $5,000,000 and $10,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 7, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide all labor, tools, and materials to replace the existing public address (PA) system with a new digital Networked Public Address System compliant with VA design manuals and specifications. This involves removing the existing headend amplifier system in room BB-263 and all associated components, and installing a new campus-wide system. The main control station must support isolation of individual buildings or groups. The architectural scope is limited to ICRA and Life Safety maintenance.
Included buildings are 1, 3, 15, 16, 18, 19, and 21. Buildings 13, 14, Blind Rehab, SPS areas, and an external loudspeaker option are explicitly NOT included in this project, as clarified by Amendment 4. The new PA system must be operational prior to the demolition of the existing system per zone.
Contract Details & Requirements
- Contract Type: Firm Fixed-Price (Bid Build)
- Magnitude: Between $5,000,000 and $10,000,000
- Period of Performance: 365 calendar days from the Notice to Proceed (NTP).
- Bonds: A bid guarantee (20% of bid price or $3,000,000, whichever is less) and 100% payment and performance bonds are required.
- Compliance: Adherence to VA Information Security/Privacy Language (including potential liquidated damages for data breaches), prevailing wage rates per Wage Determination FL20260220, and various codes (NFPA, EPA, OSHA, NEC, VA standards).
- Deliverables: Include installed systems, test reports, commissioning documentation, as-built drawings, O&M manuals, warranties, and a Critical Path Method (CPM) schedule.
Key Dates & Submission
- Site Visit: April 6, 2026, at 10:00 AM EST (attendees requested to notify Stacy.Figlinski@va.gov).
- Requests for Information (RFIs) Due: April 9, 2026, at 10:00 AM EST.
- Proposals Due: May 7, 2026, at 10:00 AM EST.
- Submission: Proposals must be submitted as two separate documents: Technical Proposal and Price Proposal. Offerors must acknowledge all amendments.
- Mandatory Attachments: Past Performance Questionnaire (PPQ), EMR Form (EMR > 1.0 disqualifies), VAAR 852.219-75 Limitations on Subcontracting Certificate, and a detailed Base Offer Price Breakdown (Excel).
Evaluation Criteria
Award will be made on a trade-off basis. Key evaluation factors include Specialized Experience and Technical Competence, Contractor Qualifications, and Past Performance, which are combined and considered more important than price.
Eligibility & Set-Aside
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be verified SDVOSBs and registered in SAM.gov and the SBA Veteran Small Business Certification databases.