Z2DA--674A4-21-700 EHRM Infrastructure Upgrades Construction - Waco, TX VAMC

SOL #: 36C77626R0009Solicitation

Overview

Buyer

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

Place of Performance

Waco, TX

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

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

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 1, 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) is soliciting proposals for EHRM Infrastructure Upgrades Construction at the Doris Miller VA Medical Center (VAMC) in Waco, TX. This project involves comprehensive facility infrastructure upgrades to support the Electronic Health Record Modernization (EHRM) system. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 1, 2026, at 2:00 PM EST.

Scope of Work

The project, identified as #674A4-21-700, requires a general contractor to provide all labor, materials, equipment, and supervision for general construction, alterations, demolition, and new construction. Key upgrades include:

  • Electrical: Panels, power, bonding, UPS, Building Management System (BMS) interfaces.
  • HVAC: Assessment and upgrades.
  • Space: Reconfiguration, expansion, and renovation (demolition, new construction, finishes).
  • Communication: Data outlets, patch panels, Cat 6A cable upgrades, fiber infrastructure backbone (campus-wide, inter-building).
  • Security: Physical security upgrades.
  • Environmental: Hazardous material abatement. Work will be performed across multiple buildings and site areas within the VAMC campus.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Period of Performance: Approximately 730 calendar days from Notice to Proceed (NTP), which is anticipated within 90 days of award.
  • Estimated Magnitude: $15,000,000.
  • NAICS Code: 236220 (Repair Or Alteration Of Hospitals And Infirmaries), with a size standard of $45.0 million.

Eligibility & Submission

  • Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be SBA-certified SDVOSBs and listed in the SBA database at the time of proposal submission and award.
  • Proposal Deadline: May 1, 2026, at 2:00 PM EST.
  • Submission Method: Proposals must be submitted via email to Shawn.Tavernia@va.gov and Bridget.May@va.gov. Submissions require three searchable PDF volumes (Past Performance, Price, Administrative), each sent in a separate email not exceeding 5MB.
  • Contacts: Primary: Shawn Tavernia, Contract Specialist, Shawn.Tavernia@va.gov, 216-447-8321. Secondary: Bridget May, bridget.may@va.gov.

Evaluation Criteria

Award will be based on a "Best Value" tradeoff process, with Past Performance being significantly more important than Price.

  • Past Performance: Evaluated on recency, relevancy, and quality. Offerors must provide 2-3 projects completed within the last five years, valued over $15 million, demonstrating experience with phased construction, IT, mechanical, electrical, and telecommunications reconfiguration in active healthcare environments, particularly VHA facilities.
  • Pricing: Bidders must provide a lump sum price for Line Item 0001 (Base) and Line Item 0002 (Not-to-Exceed Allowance for Cat 6A Cables & 1” Data Rough-In). Pricing must be in whole dollar values.

Key Requirements & Clarifications

  • Bonds: A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not exceeding $3,000,000) is required. Performance and Payment Bonds (SF 25 and SF 25A) will be required upon award.
  • Brand Name Items: Specific brand-name components are required for HVAC Controls (BACnet-certified DDC), Physical Access Control (Lenel OnGuard), Video Surveillance (Avigilon H5A cameras + Avigilon Control Center), and Fire Alarm (Notifier NFS-320 series). Alternatives will not be accepted for these items.
  • Subcontracting: The prime contractor cannot pay more than 85% of the amount received from the government to non-SDVOSB/VOSB firms (excluding materials). Certification of compliance is mandatory.
  • Sales Tax: Offerors are responsible for including all state and local sales or use taxes in their proposal price; the VA will not provide an exemption certificate.
  • PIV Badging: All personnel working within VA facilities require a VA PIV Card, with the contractor initiating the process post-award.
  • Commissioning (Cx): Not required for this project.
  • ICRA Classification: Assume Level 4 for Infection Control Risk Assessment.

People

Points of Contact

Shawn TaverniaContract SpecialistPRIMARY
Bridget MaySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 30, 2026
View
Version 9
Solicitation
Posted: Apr 27, 2026
View
Version 8Viewing
Solicitation
Posted: Apr 16, 2026
Version 7
Solicitation
Posted: Apr 14, 2026
View
Version 6
Solicitation
Posted: Apr 1, 2026
View
Version 5
Solicitation
Posted: Mar 23, 2026
View
Version 4
Solicitation
Posted: Feb 24, 2026
View
Version 3
Solicitation
Posted: Feb 11, 2026
View
Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 27, 2026
View