Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC

SOL #: 36C77626R0003Solicitation

Overview

Buyer

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

Place of Performance

Be, MA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

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

Timeline

1
Posted
Nov 18, 2025
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 9, 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) is soliciting proposals for EHRM Infrastructure Upgrades Construction at the Bedford VA Medical Center (VAMC). This project, valued between $20 million and $50 million, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The VA intends to award a single Firm-Fixed-Price contract. Proposals are due April 9, 2026, at 1:00 PM EST.

Scope of Work

This comprehensive project involves general construction, alterations, and demolition to upgrade telecommunications cabling and infrastructure across multiple buildings (including Buildings 1-22, 33, 61-62, 70, 78-82, Crescent House, and a new Main Computer Room). Key deliverables include:

  • Upgrades to communications cabling (Fiber Optic, CAT 6a) in Telecommunications Rooms (TRs) and the Main Computer Room (MCR).
  • Phased replacement of the existing MCR with a new building.
  • Installation of new Work Area Outlets (WAO), racks, UPS, power supplies, HVAC, CCTV, Fire Protection and Fire Alarm systems, Advanced Utility Monitoring System, and Physical Access Control Systems (PACS) and doors.
  • Hazardous material abatement (Asbestos Containing Material and Lead Containing Paint) is required across various buildings.
  • All new and existing systems impacted by the project require commissioning.
  • The project requires working on multiple buildings simultaneously, with shutdowns limited to one at a time to minimize operational impact.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Estimated Value: $20,000,000 to $50,000,000
  • Period of Performance: Approximately 730 calendar days from Notice to Proceed.
  • NAICS Code: 236220 (Size Standard: $45.0 million)

Submission & Evaluation

  • Proposal Due Date: April 9, 2026, at 1:00 PM EST.
  • Submission Method: Electronic copies only, via email to Dawn.Schydzik@va.gov and William.Henkel@va.gov. Proposals must be submitted in three searchable PDF volumes (Past Performance, Price, Administrative), each sent in a separate email with attachments under 5MB.
  • Evaluation Criteria: Tradeoff procedures, with Past Performance significantly more important than Price.
  • Past Performance: At least one submitted project must have a total value exceeding $20 million. Other projects demonstrating similar size, scope, and complexity are acceptable, but those not meeting the $20M threshold will be considered a weakness.
  • Personnel: Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager roles must be distinct individuals.
  • Scheduling: Requires a qualified 3rd-party scheduling consultant (5+ years experience) and use of Oracle Primavera P6 Professional (v22+) or Microsoft Project Professional (v2021+).
  • Personnel Vetting: All personnel requiring access to VA facilities or systems need a VA PIV Card; the contractor must initiate the PIV process immediately after bonds are provided.
  • Bonds: A Bid Guarantee (20% of proposal price, not to exceed $3,000,000) is required. Payment and Performance Bonds will be required upon award.

Important Notes

Specific brand-name items are justified for standardization (e.g., Johnson Controls for security, Trane for BMS, Edwards for fire alarm). All questions must be submitted in writing to the contracting specialists.

People

Points of Contact

Dawn N SchydzikContract SpecialistPRIMARY
William D HenkelSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9Viewing
Solicitation
Posted: Mar 31, 2026
Version 8
Solicitation
Posted: Mar 26, 2026
View
Version 7
Solicitation
Posted: Mar 26, 2026
View
Version 6
Solicitation
Posted: Mar 17, 2026
View
Version 5
Solicitation
Posted: Mar 11, 2026
View
Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3
Solicitation
Posted: Feb 12, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 18, 2025
View
Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC | GovScope