Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR

SOL #: 36C77625B0050Solicitation

Overview

Buyer

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

Place of Performance

Rickreall, OR

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
Oct 9, 2025
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Feb 17, 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), specifically the PCAC (36C776) office, has issued a Solicitation (Invitation for Bid) for EHRM Infrastructure Upgrades Phase 2 Construction at the Portland VA Health Care System, OR, and Vancouver VA Medical Center, WA. This project aims to modernize facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by February 17, 2026, at 1:00 PM EST.

Scope of Work

The comprehensive project involves assessing, inspecting, and verifying existing conditions, followed by extensive construction to upgrade infrastructure across both campuses. Key elements include:

  • Providing redundant fiber runs and adding primary fiber home runs in various buildings.
  • Upgrading Telecommunication Rooms (TRs) and adding data drops.
  • Architectural demolition, reconfiguration, expansion, and renovation of existing spaces.
  • Structural alterations and new equipment support construction.
  • Electrical upgrades, including panels, power distribution, UPS, lighting, and outlets.
  • Installation and programming of Building Automation System (BAS) equipment.
  • HVAC upgrades and new controls, along with plumbing modifications.
  • Data communication infrastructure upgrades, including re-cabling all existing data cabling to CAT 6A and fiber backbone upgrades.
  • Civil site construction and landscaping.
  • Abatement of asbestos and lead-based paint.
  • Fire Suppression and Fire Alarm upgrades, including firestopping and fire caulking.
  • Physical security upgrades such as access control, intrusion detection, and cameras.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: Estimated between $5,000,000 and $10,000,000.
  • Period of Performance: 365 calendar days from the Notice to Proceed.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million.

Key Requirements & Attachments

Bidders must adhere to detailed specifications and requirements outlined in various attachments:

  • Architectural & Engineering Drawings (Attachment 1): Provides full technical scope and specifications.
  • VHA Infection Control Risk Assessment (ICRA) Template (Attachment 2): Outlines mandatory infection control measures for construction activities.
  • VHA Master Specifications (Attachment 3): Details technical specifications and a Submittal Register for required documentation.
  • Prevailing Wage Rates (Attachments 4A & 4B): Specifies Davis-Bacon Act wage rates for Clark/Skamania Counties, WA, and Multnomah County, OR.
  • Limitations on Subcontracting (Attachment 6): Requires certification that general construction contractors will not pay more than 85% of the contract amount to non-SDVOSB/VOSB firms (excluding materials). This certification is mandatory for bid eligibility.
  • A Bid Guarantee (20% of bid price, not exceeding $3,000,000) and Performance and Payment Bonds are required upon award.

Submission & Evaluation

  • Bid Submission Due Date: February 17, 2026, at 1:00 PM EST.
  • Technical Questions Cut-off: January 29, 2026, at 5:00 PM EST.
  • Submission Method: Bids must be submitted via email to Sierra.Tate@va.gov and Bridget.May@va.gov. Bids should be a lump sum price for Line Items 0001 (Vancouver) and 0002 (Portland).
  • Evaluation: Award will be made to the responsible bidder with the lowest price that is fair, reasonable, and most advantageous to the Government, based on the Grand Total.
  • Site Visits: Pre-bid site visits were conducted on January 27, 2026, at both the Portland (10:00 AM PST) and Vancouver (1:00 PM PST) campuses. Sign-in sheets from these visits are available as attachments.

Contact Information

For inquiries, contact Sierra Y Tate (Contract Specialist) at sierra.tate@va.gov or Bridget May at Bridget.May@va.gov.

People

Points of Contact

Sierra Y TateContract SpecialistPRIMARY

Files

Files

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

Versions

Version 15
Special Notice
Posted: Mar 11, 2026
View
Version 14
Special Notice
Posted: Mar 11, 2026
View
Version 13
Solicitation
Posted: Feb 26, 2026
View
Version 12
Solicitation
Posted: Feb 26, 2026
View
Version 11
Solicitation
Posted: Feb 24, 2026
View
Version 10
Solicitation
Posted: Feb 18, 2026
View
Version 9
Solicitation
Posted: Feb 17, 2026
View
Version 8Viewing
Solicitation
Posted: Feb 6, 2026
Version 7
Solicitation
Posted: Feb 3, 2026
View
Version 6
Solicitation
Posted: Jan 23, 2026
View
Version 5
Solicitation
Posted: Jan 20, 2026
View
Version 4
Solicitation
Posted: Jan 20, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 20, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 14, 2026
View
Version 1
Pre-Solicitation
Posted: Oct 9, 2025
View