Y1BG--EHRM Infrastructure Upgrades Construction Project 765-24-700 Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) Hines, IL 60141

SOL #: 36C77626R0039Solicitation

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
Jan 22, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
May 7, 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) is soliciting proposals for the EHRM Infrastructure Upgrades Construction Project (765-24-700) at the Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) in Hines, IL. This project, valued between $10,000,000 and $20,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The goal is to upgrade facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system. Proposals are due May 7, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will provide all necessary resources for the construction project, focusing on comprehensive infrastructure upgrades. Key deliverables include:

  • Electrical Infrastructure: Installation of new UPS units, redundant power busway, distribution panels, low-voltage conductors, grounding, raceway, panelboards, wiring devices, motor controllers, static UPS, surge protective devices, and interior lighting.
  • Server Room Upgrades: Removal and replacement of existing HVAC, lighting, and power, along with new in-fill walls, doors, frames, hardware, and firewalls.
  • Telecommunications Infrastructure: Upgrades to Cat 6A, fiber infrastructure backbone to Telecommunication Rooms (TRs) and enclosures, including grounding, conduits, cable trays, structured cabling, cabinets, patch panels, and power protection. Telecommunications contractors must be BICSI licensed with 5+ years of experience.
  • Electronic Safety & Security Systems: Implementation of Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), Video Surveillance (VASS), and fire detection/alarm systems, ensuring compatibility with existing VA systems.
  • Phasing & Logistics: The project involves a four-phase strategy (Enable Transition, Begin Migration & Initial Demo, Build New Permanent Infrastructure, Final Cutover & Decommission). Contractors must plan for limited staging/laydown areas and adhere to ICRA Level 3 requirements.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 426 calendar days from the Notice to Proceed (NTP), following a mandatory post-award conference.
  • Estimated Value: $10,000,000 to $20,000,000.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified by the SBA (VetCert) at the time of submission and award.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction).
  • PSC Code: Y1BG (Construction Of Electronic And Communications Facilities).
  • Subcontracting: Limitations apply; for General Construction, no more than 85% of the contract amount can go to non-SDVOSB/VOSB firms (excluding materials).

Submission & Evaluation

  • Proposals Due: May 7, 2026, at 2:00 PM EDT.
  • Submission Method: Email to Lucretia.Maloney@va.gov and Megan.Dohm@va.gov.
  • Format: Three volumes: Technical, Price, and Administrative.
  • Evaluation: Lowest Price Technically Acceptable (LPTA), based on Specialized Experience (must be ACCEPTABLE) and Price.
  • Mandatory Requirements: Active SAM registration, completion of Unique Identifier on SF 1442, and compliance with FAR clause 52.222-90 "Addressing DEI Discrimination by Federal Contractors" (APR 2026).
  • Special Inspections: Detailed requirements for structural, geotechnical, fire protection, architectural, and seismic systems inspections are provided.

Additional Notes

A site visit was conducted on March 31, 2026, and related documents (sign-in sheet, agenda, COR presentation) are available. Technical questions have been addressed and responses provided.

People

Points of Contact

Lucretia MaloneyContract SpecialistPRIMARY
Megan DohmSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
View

Versions

Version 6Viewing
Solicitation
Posted: Apr 27, 2026
Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4
Solicitation
Posted: Mar 16, 2026
View
Version 3
Solicitation
Posted: Mar 13, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 22, 2026
View
Y1BG--EHRM Infrastructure Upgrades Construction Project 765-24-700 Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) Hines, IL 60141 | GovScope