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
Mar 16, 2026
3
Submission Deadline
Apr 30, 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 involves significant facility infrastructure upgrades to support the new Electronic Health Record Modernization (EHRM) system. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with an estimated magnitude of construction between $10,000,000 and $20,000,000. Proposals are due April 30, 2026, at 2:00 PM EDT.

Scope of Work

The contractor shall provide all necessary tools, equipment, materials, labor, supervision, and personnel to complete the EHRM Infrastructure Upgrades. Key requirements include:

  • Electrical Infrastructure Upgrades: Installation of new UPS units, redundant power busway, power distribution panels, low-voltage power conductors, grounding, raceway, panelboards, and interior lighting.
  • Server Room Upgrades: Removal and replacement of existing HVAC, lighting, and power devices, new in-fill walls, doors, frames, and hardware.
  • Telecommunication Room (TR) Upgrades: Upgrading Cat 6A and fiber infrastructure backbone to telecommunications rooms and enclosures from the DEMARC room per OIT standards.
  • Electronic Safety & Security Systems: Physical access control systems (PACS), intrusion detection systems (IDS), video surveillance (VASS), and fire detection and alarm systems.
  • Firewall Installation: New firewalls to separate existing and new hardware storage areas.
  • Commissioning: Assistance with commissioning agent services.
  • Life Safety/Fire Protection: Implementation of required measures.
  • ICRA Plans: Development and adherence to Infection Control Risk Assessment plans.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: Approximately 426 calendar days from the Notice to Proceed (NTP).
  • Estimated Value: $10,000,000 to $20,000,000.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
  • PSC Code: Y1BG (Construction Of Electronic And Communications Facilities).

Set-Aside & Eligibility

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and listed in the SBA certification database at the time of proposal submission and award. Limitations on Subcontracting apply: for general construction, offerors will not pay more than 85% of the contract amount to non-SDVOSB/VOSB firms (excluding material costs).

Submission & Evaluation

  • Proposals Due: April 30, 2026, at 2:00 PM EDT.
  • Submission Method: Email only to Lucretia.Maloney@va.gov and Megan.Dohm@va.gov.
  • Proposal Format: Three volumes: Technical, Price, and Administrative.
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA) based on "best value" to the Government.
  • Evaluation Factors: 1. Specialized Experience (must be rated ACCEPTABLE), 2. Price.
  • Technical Questions Due: April 7, 2026, at 1:00 PM EST.
  • Offerors must have an active registration in the System for Award Management (SAM).

Key Dates & Site Visit

  • Pre-Proposal Site Visit: Tuesday, March 31, 2026, at 10:00 am CST.
  • Location: Great Lakes CMOP, 5000 S 5th Ave, Bldg. 37 NW, Hines, IL 60141-3030.
  • Site POC: Justin Cooke, Healthcare Engineer, 708-552-3635.
  • No pre-registration required; sign-in at Door #27.

Additional Notes

  • A DBA Wage Determination (IL20260009, effective 01/09/2026) for Cook County, IL, is included, detailing prevailing wage rates and fringe benefits for various construction trades.
  • A HAZMAT Survey (Categorical Exclusion Checklist) indicates the project "WILL NOT have a significant effect on the environment."
  • Detailed specifications and drawings are provided, covering architectural, structural, fire protection, electrical, and telecommunications aspects.
  • The contractor is required to fill in their Unique Identifier in Block No. 14 on Standard Form (SF) 1442.

People

Points of Contact

Lucretia MaloneyContract SpecialistPRIMARY
Megan DohmSECONDARY

Files

Files

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

Versions

Version 4Viewing
Solicitation
Posted: Mar 16, 2026
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