C1DZ--621-24-701 EHRM Infrastructure Upgrades Tier 3 Data Center Construction - Mountain Home VAMC

SOL #: 36C77626B0006Solicitation

Overview

Buyer

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

Place of Performance

Mountain Home, TN

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Architect And Engineering Construction: Other Hospital Buildings (C1DZ)

Set Aside

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

Timeline

1
Posted
Dec 31, 2025
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 2, 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 bids for 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 Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due April 2, 2026, at 2:00 PM EDT.

Scope of Work

The project requires a general contractor to coordinate design and construction efforts to relocate the MCR on Floor 3 of Building 77. The scope includes providing redundant power distribution (2N redundancy with 2x100 kW UPS for a 90 kW telecommunications load), computer room cooling and distribution (N+1 redundancy), replacement of aged equipment, grounding and bonding, cable management, and new fiber and copper infrastructure. A new clean-agent fire suppression system (Novec 1230 or equivalent) with cylinder storage, a new fire-rated assembly within the MCR, and sealed penetrations are also required. Work will occur within rooms 3A109, 3A112, 3A112A, 3A112D, 3A113, 3A113A, and 3A212. Identified asbestos-containing materials will require abatement by the contractor. All work must comply with numerous VA, NFPA, ASHRAE, IBC, and NEC standards.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: Estimated between $5,000,000 and $10,000,000. The design is not to exceed a Construction Cost Limitation of $6,248,000 without VA consent.
  • Period of Performance: Within 365 calendar days after receipt of Notice to Proceed.
  • Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be SBA certified.
  • NAICS Code: 236220 with a size standard of $45 million.
  • Subcontracting Limitations: General construction contractors must not pay more than 85% of the contract amount to non-SDVOSB/VOSB firms (excluding material costs).

Submission & Evaluation

This is an Invitation for Bid (IFB) conducted under FAR Part 14. Bids must be submitted via email to Amanda.Webster@va.gov and Bridget.May@va.gov. Award will be made to the responsible bidder whose bid is most advantageous to the government, considering only price. A bid guarantee of 20% of the bid price (not to exceed $3,000,000) is required, and Payment and Performance Bonds will be necessary upon award.

Key Information & Requirements

A pre-bid site visit was held on February 12, 2026. All technical questions must be submitted in writing via email. Contractor personnel will require VA PIV Cards for facility access. The design team members are precluded from participating in the construction team. Procore Project Management software is required for submittals, and MS Project for scheduling. Roles such as SSHO, QA/QC Manager, and Superintendent cannot be double-hatted. The project is classified as ICRA Category D, Low Patient Risk, requiring Level III precautions. Prevailing wage determinations (TN20260191) apply.

People

Points of Contact

Amanda WebsterContract SpecialistPRIMARY
Bridget MaySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 9
Solicitation
Posted: Mar 30, 2026
View
Version 8
Solicitation
Posted: Mar 25, 2026
View
Version 7Viewing
Solicitation
Posted: Mar 24, 2026
Version 6
Solicitation
Posted: Mar 16, 2026
View
Version 5
Solicitation
Posted: Mar 12, 2026
View
Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 31, 2025
View