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 project at the James H. Quillen VA Medical Center (JHQVAMC) in Mountain Home, TN. This Firm-Fixed-Price contract is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for general contractors to relocate and upgrade the main computer room (MCR) to VA Tier 3 data center standards. Bids are due April 2, 2026, at 2:00 PM EDT.
Scope of Work
The project involves comprehensive construction and upgrades within Building 77, specifically rooms 3A109, 3A112, 3A112A, 3A112D, 3A113, 3A113A, and 3A212. Key tasks include:
- Providing redundant power distribution, including two 100 kW UPS systems to support a 90 kW telecommunications load.
- Installing N+1 redundant computer room cooling and distribution systems.
- Replacing aged equipment and implementing robust grounding and bonding.
- Managing new fiber and copper cabling infrastructure.
- Installing a new clean-agent fire suppression system (Novec 1230 or equivalent) with very early warning detection (ASD Vesda) and a wet pipe sprinkler system.
- Constructing a new fire-rated assembly for the MCR with sealed penetrations and dedicated cylinder storage.
- Selective demolition and alterations as required.
Contract Details
- Contract Type: Firm-Fixed-Price (Invitation for Bid under FAR Part 14)
- Magnitude: Estimated between $5,000,000 and $10,000,000
- Period of Performance: 365 calendar days from Notice to Proceed
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified.
- NAICS Code: 236220 ($45 Million size standard)
- Bonds: A bid guarantee (20% of bid, max $3M) is required. Payment and Performance Bonds will be required upon award.
- Cost Limitation: Project design not to exceed $6,248,000 without VA consent.
Submission & Evaluation
- Bid Due Date: April 2, 2026, at 2:00 PM EDT.
- Submission Method: Bids must be submitted via email to Amanda.Webster@va.gov and Bridget.May@va.gov.
- Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the government, considering only price.
- Key Requirements:
- All personnel require VA PIV Cards for facility access.
- Procore is the mandatory project management software; MS Project for scheduling.
- Asbestos-containing materials are presumed present; abatement is the contractor's responsibility, requiring licensed contractors for specific tasks. ICRA Level III precautions apply.
- Roles such as SSHO, QA/QC Manager, and Superintendent cannot be double-hatted.
- Subcontracting limitations apply (85% for general construction, excluding materials, to SDVOSB/VOSB).
Key Clarifications
Technical questions have been addressed through multiple amendments. The design team members are precluded from participating in the construction team. Prevailing wage determinations for Washington County, TN, apply.