Z1DA--Update Patient Wifi 610A4-25-226
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 VETERANS AFFAIRS, DEPARTMENT OF, 250-NETWORK CONTRACT OFFICE 10 (36C250), is soliciting bids for the Z1DA--Update Patient Wifi project (610A4-25-226) at the VA Northern Indiana Health Care System Fort Wayne Campus in Fort Wayne, IN. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project involves replacing and upgrading the patient Wi-Fi system. Bids are due by March 4, 2026, at 1:30 PM (EST).
Scope of Work
The contractor will provide all necessary labor, materials, supervision, quality, and safety measures to update the patient Wi-Fi system. Key tasks include:
- Building 1: Replacing 10 access points, 2 consoles, 4 switches, 1 server, and 1 firewall on the first floor; replacing 4 access points and 1 switch, removing 1 access point, and adding CAT6A cabling on the second floor; installing wiring, a directional Wi-Fi antenna, and a Wi-Fi router on the third floor; and replacing 11 access points and 1 switch on the fourth floor.
- Building 2: Installing one Wi-Fi repeater, one Wi-Fi router, and three access points with associated wiring.
- Building 8: Installing two new access points, one switch, one omnidirectional antenna, one Wi-Fi router, and racking for the switch. Work in Building 8 must be performed during off-hours (5:00 PM - 2:00 AM, Monday-Friday).
- Equipment: Specific models or equivalents for Ruckus R650 access points, ICX 7150 switches, 1000BASE-SX SFP transceivers, and CAT6A cabling are specified.
- Deliverables: Provide a site-specific safety plan, construction schedule, and submittals. Return all replaced equipment to VANIHCS Engineering. Dispose of all waste and clean work areas.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 90 calendar days from Notice to Proceed.
- Magnitude of Construction: Between $25,000 and $100,000.
- NAICS Code: 238210 - Electrical Contractors and Other Wiring Installation Contractors (Small Business Size Standard: $19.0 Million).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Bid Submission Deadline: March 4, 2026, 1:30 PM (EST).
- Published Date: January 26, 2026.
- Requests for Information (RFI) Deadline: February 19, 2026.
- Pre-bid Site Visit: Thursday, February 12, 2026, at 10:30 AM at 1700 E. 38th Street, Building #2352, Fort Wayne, IN 46805.
Submission & Evaluation
- Submission Location: Network Contracting Office 10 (NCO 10), 8888 Keystone Crossing, Suite 325, Indianapolis, IN 46240. Electronic bids are NOT accepted.
- Required Documents: SF 1442 Offer page, acknowledgment of amendments, bid schedule, SF 24 Bid Bond, completed Representations and Certifications.
- Offer Validity: 120 calendar days for Government acceptance.
- Eligibility: Only VA-certified SDVOSBs listed in the SBA Small Business Search at the time of bid submission and prior to award are eligible.
- Bid Opening: Public Bid Opening on March 4, 2026, at 1:30 PM (EST) via Zoom (link to be provided in the Final Amendment).
Key Attachments
- Drawings (Attachment VI & II): Critical architectural drawings and floor plans detailing proposed locations for network infrastructure (APs, switches, firewalls, servers, routers, antennas, repeaters, cabling) across Buildings 1, 2, and 8.
- Standards Specification (Attachment V): Outlines technical specifications, safety protocols, project schedules, submittal procedures, construction waste management, and sustainable construction requirements.
- Contractor EMR Certification Form (Attachment IV): Requires submission of safety and environmental records (OSHA 300 data, DART Rate, EMR) for pre-award evaluation.
- Davis-Bacon (Attachment III): Provides wage determination for Indiana, essential for accurate labor cost estimation and compliance.
- VHA Directive 1192 (Attachment I): Health Care Personnel Influenza Vaccination Form, relevant for personnel interacting with VHA facilities/patients.