Y1DZ--Renovate Building 9A for EHRM Administration- EHRM Project 557-21-703 Carl Vinson VA Medical Center Dublin, GA 31021
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 proposals for the Renovation of Building 9A for EHRM Administration at the Carl Vinson VA Medical Center in Dublin, Georgia. This Firm Fixed-Price construction project, valued between $2,000,000 and $5,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 10, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide all necessary tools, equipment, materials, labor, supervision, and personnel to complete the renovation of Building 9A. The project involves phased construction, including demolition, earthwork, carpentry, HVAC, electrical, plumbing, communications, and fire suppression. Work may require irregular hours to avoid service interruptions and will involve asbestos abatement and/or lead-based paint removal, with a Hazardous Materials Survey provided. The renovation will create administrative spaces for the Electronic Health Record Modernization (EHRM) program.
Contract Details
- Contract Type: Firm Fixed-Price (FFP). No Economic Price Adjustment.
- Estimated Value: $2,000,000 to $5,000,000.
- Period of Performance: 275 calendar days after receipt of Notice to Proceed (NTP).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Prime contractors must be SBA certified.
- Bonding: Bid Guarantee (SF 24) required (min. 20% of proposal price, max. $3M). Payment and Performance Bonds (SF 25A and SF 25) required upon award.
- Price Hold Period: 90 calendar days.
Submission & Evaluation
- Submission Method: Proposals must be submitted via email in three separate volumes (Technical, Price, Administrative), each as a searchable PDF and less than 5MB.
- Evaluation: Award will be based on "best value" to the Government using the Lowest Price Technically Acceptable (LPTA) method. Technical Expertise requires an "Acceptable" rating.
- Key Requirements: Offerors must acknowledge all amendments. All personnel require a VA PIV Card, and a PIV badge holder must be on-site at all times. Design team members are precluded from being part of the construction team. Sales tax must be included in the offer.
Key Clarifications & Requirements
Recent amendments have provided significant clarifications:
- Hazardous Materials: Addendum 1 includes a Hazardous Materials Survey and details on lead-based paint and asbestos-containing materials (ACM) removal requirements. ACM must be removed before new flooring.
- Building Access & Demolition: Temporary ICRA anterooms for access; Door 120 suggested for demolition debris. Specific demolition details are provided in drawings.
- Ceiling Systems: Acoustic ceiling tiles are to be removed, but suspension grids retained unless damaged.
- HVAC & Operations: HVAC systems in adjacent areas must remain operational. Temporary HVAC/electrical services may be required.
- Commissioning: The VA will appoint a Commissioning Agent (CxA).
- Personnel: Two on-site personnel required (GC Superintendent and CQC/SSHO); GC Superintendent can serve as CQC or SSHO, but not both.
- Unforeseen Conditions: Contractors should include contingency allowances for concealed conditions.
- Fire Alarm System: Notifier Certified vendors are required.
Important Dates & Contacts
- Proposal Due Date: April 10, 2026, at 12:00 PM EST.
- Contact: Doniver G. Hamilton, Contract Specialist, at Doniver.Hamilton@va.gov or (216) 791-3800 ext. 11379.