Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford 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), through its PCAC office, is soliciting proposals for EHRM Infrastructure Upgrades Construction (Project 518-22-700) at the Bedford VA Medical Center, MA. This is a Firm-Fixed-Price, Design-Bid-Build contract with an estimated value between $20,000,000 and $50,000,000. The procurement is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 9, 2026, at 1:00 PM EST.
Scope of Work
This project involves comprehensive construction services to upgrade the Electronic Health Records Modernization (EHRM) infrastructure across numerous buildings (including 1-10, 12-22, 33, 61, 62, 70, 78, 78A, 80-82, Crescent House) and site infrastructure at the Bedford VAMC. Key requirements include:
- Upgrading communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR).
- Phased replacement of the existing MCR with a new building.
- Installation of new fiber optic and CAT 6a telecommunications cabling, 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.
- General construction, alterations, demolition, and site work (e.g., concrete walkways, landscaping).
- Third-party inspections, testing, and written reports are required for all divisions, paid for by the General Contractor.
- Commissioning of all new and impacted existing systems.
- The project must be "stand-alone" and not dependent on other funding. Night and weekend work will be required for tasks impacting facility operations.
Contract Details
- Contract Type: Firm-Fixed-Price (Design-Bid-Build)
- Estimated Value: $20,000,000 to $50,000,000
- Period of Performance: Approximately 730 calendar days from Notice to Proceed.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified and listed in the SBA database.
- NAICS Code: 236220 (Size Standard: $45.0 million).
Submission & Evaluation
This is a Request for Proposals (RFP) under FAR Part 15, utilizing tradeoff procedures. Proposals must be submitted electronically in three separate volumes (Past Performance, Price, Administrative) as searchable PDFs, each under 5MB, via email.
- Evaluation Criteria: Past Performance (significantly more important than price) and Price.
- Past Performance: At least one submitted project must have a total value exceeding $20 million; other projects demonstrating similar size, scope, and complexity may be considered.
- Bid Guarantee: Required (20% of proposal price, not to exceed $3,000,000). Payment and Performance Bonds are required upon award.
- Limitations on Subcontracting: For general construction, the contractor will not pay more than 85% of the amount paid by the government to firms that are not certified SDVOSBs.
Key Dates & Contacts
- Proposal Due Date: April 9, 2026, at 1:00 PM EST.
- Published Date: March 26, 2026.
- Primary Contact: Dawn N Schydzik, Contract Specialist, dawn.schydzik@va.gov, 216-447-8300.
- Secondary Contact: William D Henkel, william.henkel@va.gov.
- All questions must be submitted in writing.
Additional Notes
All personnel working within VA facilities require a VA PIV Card, with the process to begin immediately after bonds are provided. Roles such as Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager must be distinct individuals. The VA will provide the Commissioning Agent. Specific brand names are justified for standardization and system compatibility.