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

Portland, 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
Mar 4, 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 (IFB) for EHRM Infrastructure Upgrades Phase 2 Construction at the Portland VA Medical Center, 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 March 4, 2026, at 1:00 PM EST.

Scope of Work

The comprehensive scope includes, but is not limited to:

  • Installation of redundant and primary fiber optic runs, data drops, and upgrades to Telecommunication Rooms (TRs).
  • Architectural demolition, reconfiguration, expansion, and renovation of existing spaces.
  • Structural alterations, electrical upgrades (panels, power distribution, UPS, lighting, outlets), and HVAC system upgrades.
  • Plumbing modifications, data communication infrastructure upgrades (re-cabling to CAT 6A, fiber backbone).
  • Civil site construction, landscaping, asbestos and lead-based paint abatement.
  • Fire suppression, fire alarm, firestopping, and physical security upgrades (access control, intrusion detection, cameras).
  • Work will occur at both the Portland and Vancouver campuses, with specific requirements for site work hours (4:00 PM - midnight, 4x10-hour shifts permitted) and staging areas provided by the VA. Horizontal boring is not allowed; all underground conduit runs must be fully excavated.

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 Notice to Proceed.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million.

Submission & Evaluation

  • Bids must be submitted via email to Sierra.Tate@va.gov and Bridget.May@va.gov.
  • Offerors must provide a lump sum price for CLINs 0001 (Vancouver) and 0002 (Portland) (Base Bid), with award based on the Grand Total.
  • Evaluation: Award will be made to the responsible bidder with the lowest price that is fair and reasonable and most advantageous to the Government.
  • Mandatory Attachments: Bidders must include a signed "Limitations on Subcontracting" certification, adhering to the 85% limit for general construction (excluding materials) for non-SDVOSB firms.
  • Bonds: A Bid Guarantee (20% of bid price, not to exceed $3,000,000) is required. Performance and Payment Bonds will be required upon award.

Key Dates & Contacts

  • Bid Submission Due Date: March 4, 2026, at 1:00 PM EST.
  • Contact: Sierra Y Tate, Contract Specialist, sierra.tate@va.gov.

Important Notes

  • This procurement is a 100% SDVOSB Set-Aside. Offerors must be SBA certified and listed in the SBA certification database at the time of bid submission and award.
  • Bidders must comply with prevailing wage rates (Davis-Bacon Act) for Multnomah County, OR, and Clark/Skamania Counties, WA.
  • Adherence to VHA Infection Control Risk Assessment (ICRA) protocols is mandatory.
  • Detailed project scheduling requirements include designating a qualified 3rd-party scheduling consultant and using Oracle Primavera P6 or Microsoft Project.
  • All personnel working within VA facilities require a VA PIV Card.
  • Multiple amendments have been issued, including technical questions and answers, and updates to the price schedule. Bidders must review all amendments and attachments, especially the latest technical clarifications.

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
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 10Viewing
Solicitation
Posted: Feb 18, 2026
Version 9
Solicitation
Posted: Feb 17, 2026
View
Version 8
Solicitation
Posted: Feb 6, 2026
View
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