Z2DA--Install DDPO per CSR 676-26-702 Tomah

SOL #: 36C77626Q0144Solicitation

Overview

Buyer

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

Place of Performance

WI

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
Mar 24, 2026
2
Submission Deadline
Apr 13, 2026, 5:00 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 Request for Quote (RFQ), Solicitation Number 36C77626Q0144, for general construction services to install Data Drop and Power Outlets (DDPO) per CSR 676-26-702 at the Tomah VA Medical Center (VAMC) in Tomah, WI. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by April 13, 2026, at 5:00 PM UTC.

Purpose & Scope of Work

This project, identified as 676-26-702, supports the VA's Electronic Health Records Modernization (EHRM) initiative and a 2025 Current State Review (CSR). The contractor will provide all labor, equipment, materials, and supervision to install new Data Drop and Power Outlets (DDPO's). The scope includes installing fiber cable terminations, pulling new CAT 6A cable from new TR closets to 52 existing site emergency phones, elevators, basement phones, and/or courtesy phones/communications devices. Existing cables for these phones must be demoed. The contractor is also responsible for replacing any damaged ceiling tiles and repairing/painting damaged walls or ceilings resulting from the new installations.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 95 calendar days after the Notice to Proceed (NTP).
  • Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified SDVOSBs listed in the SBA certification database.
  • Subcontracting Limitations: Offerors must comply with VAAR 852.219-75, meaning for general construction, the contractor will not pay more than 85% of the amount paid by the government to firms that are not certified SDVOSBs.

Submission & Evaluation

  • Quote Submission: Offers must be submitted electronically via email to Sheila Vickers (sheila.vickers@va.gov) and Bailey Donato (bailey.donato@va.gov). Submissions must consist of two separate PDF files: a Price Quote and an Administrative file.
  • Pricing: Offerors must provide a lump sum price for Line Item 0001 (Base) in whole dollar values (no cents) and agree to hold prices firm for 90 calendar days.
  • Evaluation Criteria: Award will be made to the lowest priced offeror whose quote conforms to the solicitation requirements. Evaluation is based on price only, with no technical factors considered.
  • Deadline: Quotes are due by April 13, 2026, at 5:00 PM UTC.

Key Requirements & Standards

The project requires adherence to detailed specifications for electrical and communications systems, including Division 26 requirements for low-voltage power, grounding, raceways, and structured cabling (TIA Category 6A). Compliance with VA standards, NEC, OEHRM Site Infrastructure, OIT Design Guide, and ISTS is mandatory. Contractors must conduct and incorporate pre-construction risk assessments (PCRA) and Infection Control Risk Assessments (ICRA) per VA Standard EC 02 06 05, which dictates specific control measures for patient safety. Preconstruction deliverables such as an Accident Prevention Plan, Activity Hazard Analyses, and a Waste Management Plan are required. Prevailing wage rates, as outlined in the Davis-Bacon Act (DBA Rates - Monroe County), must be applied for labor cost estimation.

Important Notes

Offerors must complete representations and certifications electronically at SAM.gov and return a completed VAAR 852.219-75 certification with their proposal. Amendments to the solicitation will be posted on SAM.gov, and failure to acknowledge them may result in an unacceptable quote.

People

Points of Contact

Bailey DonatoContract SpecialistPRIMARY
Sheila M VickersSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 24, 2026
Z2DA--Install DDPO per CSR 676-26-702 Tomah | GovScope