Z1DA--565-22-7005 | EHRM Infras Upgrades | Fayetteville, NC

SOL #: 36C77626R0008Solicitation

Overview

Buyer

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

Place of Performance

Fayetteville, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 14, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 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), Program Contracting Activity Central (PCAC), is soliciting proposals for Electronic Health Record Management (EHRM) Infrastructure Upgrades at the Fayetteville Veterans Administration Medical Center (VAMC) in Fayetteville, NC. This is a Design-Bid-Build (DBB) construction project with an estimated magnitude between $20,000,000 and $50,000,000. The contract will be a Firm-Fixed-Price award, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due March 30, 2026, at 2:00 PM EST.

Scope of Work

The project involves a comprehensive upgrade of the entire campus Information Technology (IT) infrastructure. Key requirements include:

  • Replacement of existing IT infrastructure.
  • Installation of new telecommunication rooms and interior/exterior fiber optics.
  • Renovation of the data center.
  • Recabling of all telecommunications with Cat6A.
  • Supporting electrical and HVAC infrastructure upgrades.
  • After-hours work (6 PM - 5 AM) is required for cable replacements, shutdowns, and above-ceiling work to minimize disruption.
  • Specific brand-name items are required for security cameras (Motorola Avigilon), physical security Access Control Systems (C Cure, HID), and Fire Alarm Systems (Siemens Desigo) to ensure standardization and compatibility with existing VA systems.

Contract Details & Requirements

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 731 calendar days from Notice to Proceed.
  • Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA-certified SDVOSBs.
  • NAICS: 236220 ($45.0 million size standard).
  • Subcontracting Limitations: Contractors cannot pay more than 85% of the amount paid by the government to non-SDVOSB/VOSB firms (excluding materials). A certification form must be submitted.
  • Bonds: A bid guarantee (SF 24) of not less than 20% of the proposal price (not to exceed $3,000,000) is required, along with Payment and Performance Bonds (SF 25A and SF 25).
  • Personnel Vetting: All personnel working within VA facilities require a VA PIV Card.
  • Wage Rates: Davis-Bacon Act prevailing wage rates apply.

Submission & Evaluation

  • Proposals must be submitted via email to Scott.Elias@va.gov and Mario.Hairston@va.gov.
  • Submissions require three volumes: Volume I (Technical), Volume II (Price), and Volume III (Administrative), each as a searchable PDF, attached to a separate email, and less than 5MB.
  • The Price/Cost Schedule (A.3) has been revised with an updated CLIN structure; divisional pricing is no longer required.
  • Offerors must provide Key Subcontractor Information (KSI) for up to three projects meeting specific criteria (Division 27 complexity, minimum $5M value, installed by a communications installer).
  • Qualification forms for Key Personnel (Project Manager, Onsite Superintendent, Site Safety & Health Officer, CQC System Manager) are also required.
  • Evaluation will use a Lowest Priced Technically Acceptable (LPTA) method, considering Qualifications (Technical), Key Subcontractors (Technical), Project Execution (Technical), and Price.

Key Deadlines

  • Offer Due Date: March 30, 2026, at 2:00 PM Eastern Standard Time.

People

Points of Contact

Mario HairstonContract SpecialistPRIMARY

Files

Files

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

Versions

Version 8
Solicitation
Posted: Mar 13, 2026
View
Version 7Viewing
Solicitation
Posted: Mar 11, 2026
Version 6
Solicitation
Posted: Mar 2, 2026
View
Version 5
Solicitation
Posted: Feb 17, 2026
View
Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 14, 2025
View
Z1DA--565-22-7005 | EHRM Infras Upgrades | Fayetteville, NC | GovScope