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

Tomah, 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
Last Updated
Apr 29, 2026
3
Submission Deadline
Apr 30, 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), through its PCAC office, is soliciting quotes for Project 676-26-702: Installation of Digital Distribution and Power Outlets (DDPO) at the Tomah VA Medical Center in Tomah, WI. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for general construction services. The estimated project value is between $250,000 and $500,000. Quotes are due by April 30, 2026, at 1:00 PM EDT.

Scope of Work

The project requires contractors to provide all labor, equipment, materials, and supervision for the EHRM Installation of DDPO2. Key tasks include:

  • Installing new Data Drop and Power Outlets (DDPO's).
  • Performing fiber cable terminations.
  • Installing new CAT 6A cable for emergency phones and communications devices.
  • Demolishing existing cables and repairing any damaged ceiling tiles, walls, or ceilings resulting from the work.
  • Adhering to detailed technical specifications, drawings, and VA standards, including NEC, OEHRM, OIT, and ISTS.
  • Implementing strict infection control measures (ICRA) and safety protocols, including the use of mobile HEPA carts for cable pulls in high patient risk areas (Buildings 400, 402, 403, 406, 407).

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP). Economic Price Adjustment for labor and material is not included.
  • Period of Performance: 95 calendar days after Notice to Proceed (NTP).
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). The prime contractor must be certified in the SBA database and comply with limitations on subcontracting (VAAR 852.219-75).
  • Place of Performance: Tomah VA Medical Center, Tomah, WI.

Submission & Evaluation

  • Quote Due Date: April 30, 2026, at 1:00 PM EDT.
  • Submission Method: Electronically via email to bailey.donato@va.gov and sheila.vickers@va.gov. Submissions must include two separate PDF files: a Price Quote and an Administrative file.
  • Evaluation: Award will be made to the lowest priced offeror whose quote conforms to the solicitation requirements. Evaluation is based on price only; no technical factors will be evaluated. Offerors must provide a lump sum price for Line Item 0001 (Base) in whole dollar values and hold prices firm for 90 calendar days.
  • Amendments: Four amendments have been issued. Offerors must acknowledge all amendments.

Key Clarifications & Requirements

  • Technical Questions: A "Tech Questions Tracker" document provides clarifications on various aspects, including payment for stored materials (Contracting Officer's discretion), sales tax (offerors responsible), and badging/PIV requirements (not needed for this 95-day project).
  • Design Team: Members of the design team are precluded from participating in the construction project as prime, mentor-protégé, or subcontractor.
  • Analog Phones: Contractor is responsible for infrastructure (cable pull, termination, outlet/jack) for 52 analog phone locations; VA is responsible for cross-connect and device installation.
  • Prevailing Wages: Bidders must adhere to Davis-Bacon Act prevailing wage rates for Monroe County, WI.

People

Points of Contact

Bailey DonatoContract SpecialistPRIMARY
Sheila M VickersSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Apr 29, 2026
View
Version 4
Solicitation
Posted: Apr 27, 2026
View
Version 3
Solicitation
Posted: Apr 24, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 21, 2026
Version 1
Solicitation
Posted: Mar 24, 2026
View
Z2DA--Install DDPO per CSR 676-26-702 Tomah | GovScope