Z1AZ--653-26-103 Upgrade Network and Electrical Buildings 4/5/6 Construction - Roseburg VAMC
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), specifically the PCAC (36C776) office, is soliciting bids for the Upgrade Network and Electrical Buildings 4/5/6 EHRM Construction project at the Roseburg VAMC in Roseburg, OR. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by April 21, 2026, at 1:00 PM ET.
Scope of Work
This project involves comprehensive network and electrical upgrades to Buildings 4, 5, and 6 to support the Electronic Health Record Modernization (EHRM) initiative. Key tasks include:
- Network Infrastructure: Installation of two independent 24-strand OS2 fiber homeruns from Building 1 to Buildings 4, 5, and 6, and new 26U IT panels in each building's basement.
- Electrical Systems: Replacement of existing 125-amp electrical panels with 200-amp panels, addition of new 20-amp circuits, and replacement of all old cloth-wrapped wiring, existing electrical outlets, and network ports. All fluorescent lighting will be replaced with LED fixtures and new wiring. Feeder sizes from Transformer T-8 will be verified and replaced as needed.
- Security & Access Control: Installation of PAC ID readers and access controls on all building entry doors, and security cameras at all exit/entry points, coordinating with the "Upgrade Campus Security" project (653-16-100).
- Site Work: Includes earthwork operations (excavation, filling, grading), environmental controls, and asbestos abatement, with contractor responsibility for field verification of existing conditions and compliance with safety and environmental regulations.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (IFB)
- Magnitude of Construction: $1,000,000 to $2,000,000
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Period of Performance: 270 calendar days after Notice to Proceed (NTP). NTP is anticipated within 90 days of award.
- Bid Due Date: April 21, 2026, 1:00 PM ET
- Published Date: April 15, 2026 (latest amendment)
Key Requirements & Clarifications
- Eligibility: Prime contractors must be certified SDVOSBs. Compliance with VA limitations on subcontracting is mandatory.
- Personnel: Contractor personnel require background investigations (Non-Sensitive/Tier 1/Low Risk). Key personnel must be single-hatted (e.g., full-time, on-site SSHO).
- Site Conditions: Contractor is responsible for verifying existing conditions, including asbestos and lead paint, and for all associated abatement and costs. Prevailing wage rates (Davis-Bacon Act) apply.
- Safety & Compliance: Adherence to OSHA, NFPA, IBC, and VA Fire Protection Design Manual standards. A written "Dust and Infection Control and Monitoring Plan" is required.
- Financial: A bid guarantee (20% of bid price, not to exceed $3,000,000) and Payment/Performance Bonds are required. No liquidated damages will apply, and there will be no substantial completion option.
- Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price.
Submission Details
Bids must be submitted via email to jason.phillip@va.gov and richelle.gray@va.gov. The bid opening will be conducted via Microsoft Teams teleconference on April 21, 2026, at 1:30 PM ET. Offerors must acknowledge all amendments.