Y1BG--EHRM Infrastructure Upgrades Construction Project 765-24-700 Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) Hines, IL 60141
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 EHRM Infrastructure Upgrades Construction Project (765-24-700) at the Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) in Hines, IL. This project, valued between $10,000,000 and $20,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due by April 30, 2026, at 2:00 PM EDT.
Project Overview
This firm-fixed-price contract requires a contractor to provide all necessary tools, equipment, materials, labor, supervision, and personnel to complete infrastructure upgrades at the Great Lakes CMOP. The primary purpose is to support the new Electronic Health Record Modernization (EHRM) system by upgrading facility infrastructure in accordance with attached specifications and drawings.
Key Requirements & Deliverables
The scope of work includes, but is not limited to:
- Electrical Infrastructure Upgrades: Installation of new UPS units, redundant power busway, power distribution panels, low-voltage conductors, grounding, raceway, panelboards, and interior lighting.
- Server Room Upgrades: Removal and replacement of existing HVAC, lighting, and power devices, new in-fill walls, doors, frames, and hardware. This involves a four-phase approach: Enable Transition (Temporary Infrastructure), Begin Migration & Initial Demo, Build New Permanent Infrastructure, and Final Cutover & Decommission.
- Telecommunication Room (TR) Upgrades: Upgrading Cat 6A, fiber infrastructure backbone to TRs and enclosures from the DEMARC room per OIT standards, including structured cabling, cabinets/racks, termination blocks, and patch panels.
- Electronic Safety & Security Systems: Implementation of physical access control systems (PACS), intrusion detection systems (IDS), video surveillance (VASS), and fire detection and alarm systems, ensuring compatibility with existing systems (e.g., Software House CCURE 9000 PACS, Genetec Security Center VASS).
- Commissioning: Assistance with commissioning agent services for design reviews and development.
- Life Safety/Fire Protection: Implementation of required measures and adherence to Infection Control Risk Assessment (ICRA) plans.
Contract Details
- Contract Type: Single Firm-Fixed-Price contract.
- Period of Performance: Approximately 426 calendar days from the Notice to Proceed (NTP).
- Estimated Value: $10,000,000 to $20,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
- PSC Code: Y1BG (Construction Of Electronic And Communications Facilities).
Eligibility & Set-Aside
This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside in accordance with 38 U.S.C § 8127. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and listed in the SBA certification database (DSBS and VetCert) at the time of proposal submission and award. Limitations on subcontracting apply, requiring offerors to certify compliance (e.g., General Construction: not more than 85% of contract amount to non-SDVOSB/VOSB firms, excluding materials).
Submission & Evaluation
- Solicitation Type: Request for Proposals (RFP) in accordance with FAR Part 15.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA), based on two factors: 1. Specialized Experience and 2. Price. A rating of ACCEPTABLE for Specialized Experience is required.
- Proposal Submission: Proposals must be submitted via email to Lucretia.Maloney@va.gov and Megan.Dohm@va.gov in three volumes: Technical, Price, and Administrative.
- Site Visit: A site visit was conducted on March 31, 2026. Attachments related to the site visit (sign-in sheet, agenda, COR presentation) have been posted.
Key Dates
- Technical Questions Due: April 7, 2026, at 1:00 PM EST.
- Proposal Due Date: April 30, 2026, at 2:00 PM EDT.
Contact Information
- Primary Contact: Lucretia Maloney, Contract Specialist (Lucretia.Maloney@va.gov, (216) 791-3800 ext. 49669)
- Secondary Contact: Megan Dohm (Megan.Dohm@va.gov)