C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC
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) is soliciting bids for the EHRM Infrastructure Upgrades Tier 3 Data Center Construction at the James H. Quillen VA Medical Center in Mountain Home, TN. This project involves relocating and upgrading the main computer room (MCR) to meet VA Tier 3 data center standards. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by April 14, 2026, at 2:00 PM EDT.
Project Overview
The VA seeks a general contractor to coordinate design and construction efforts to relocate the existing MCR on Floor 3 of Building 77. The upgraded facility must comply with VA Tier 3 data center standards, supporting a projected telecommunications load of 90 kW. The work area includes rooms 3A109, 3A112, 3A112A, 3A112D, 3A113, 3A113A, and 3A212.
Key Requirements & Deliverables
The scope of work includes:
- Redundant Power Distribution: Installation of two 100 kW UPS systems (2N redundancy) and associated electrical systems (ATS, transformers, panelboards).
- Computer Room Cooling: Implementation of N+1 redundant direct-expansion (DX) computer room units (CRUs).
- Equipment & Cabling: Replacement of aged equipment, installation of grounding and bonding systems, comprehensive cable management, and new fiber and CAT6-A copper cabling to the new MCR.
- Fire Protection: Provision of a new clean-agent fire suppression system (e.g., Novec 1230) with a fire-rated assembly, sealed penetrations, and dedicated cylinder storage. An early warning fire detection system (ASD Vesda) is also required.
- Structural & Environmental: Primarily non-structural renovations; existing floor/roof systems are adequate. Asbestos-containing materials are presumed present in certain areas, requiring contractor-led abatement.
- Security: Integration of Electronic Personal Protection System (EPPS), Extension Physical Access Control System (PACS), Intrusion Detection System (IDS), and Security Surveillance Television System (SSTV).
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price (IFB under FAR Part 14).
- Magnitude of Construction: Estimated between $5,000,000 and $10,000,000. The project design has a Construction Cost Limitation of $6,248,000.
- Period of Performance: 365 calendar days after receipt of Notice to Proceed.
- Bonds: A bid guarantee of 20% of the bid price (not to exceed $3,000,000) is required. Payment and Performance Bonds will be required upon award.
- Subcontracting Limitations: For general construction, contractors must not pay more than 85% of the contract amount to firms not certified as SDVOSBs or VOSBs (excluding materials).
Eligibility & Submission
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified by the SBA and listed in the SBA certification database at the time of bid submission and award.
- NAICS Code: 236220 with a size standard of $45 million.
- Submission: Bids must be submitted via email to Amanda.Webster@va.gov and Bridget.May@va.gov.
- Deadline: April 14, 2026, at 2:00 PM EDT.
- Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the government, considering only price.
Important Notes & Clarifications
- Personnel: All personnel require VA PIV Cards; the process must begin immediately after bond provision. Roles such as SSHO, QA/QC Manager, and Superintendent cannot be double or triple-hatted. Members of the design team are precluded from participating in the construction team.
- Software: Procore Project Management software is mandatory for submittals and data tracking. MS Project is required for scheduling (Primavera P6 is not accepted).
- Site Logistics: A pre-bid site visit was held on February 12, 2026. Temporary office space will not be provided; contractor laydown areas are identified on Drawing AS001. Contractors must provide physical connections to VA utilities; power and water are supplied free of charge after connection. Firewatch must be provided by the contractor.
- Technical Questions: All technical questions have been addressed through amendments.