Z1AZ--653-26-103 Upgrade Network and Electrical Buildings 4/5/6 Construction - Roseburg 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), specifically the PCAC (36C776) office, is soliciting bids for Project 653-26-103: Upgrade Network and Electrical Buildings 4/5/6 EHRM Construction at the Roseburg VAMC in Roseburg, OR. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project aims to modernize network and electrical infrastructure to support the Electronic Health Record Modernization (EHRM) initiative. Bids are due April 14, 2026, by 5:00 PM ET.
Scope of Work
The contractor will provide all necessary tools, labor, materials, equipment, permits, licenses, supervision, and quality control for comprehensive network and electrical upgrades in Buildings 4, 5, and 6. Key tasks include:
- Assessing existing conditions and providing all construction services.
- Installing two independent Network Fiber Homeruns (OS2, 24 strand) from Building 1 to Buildings 4, 5, and 6.
- Installing new 26U IT panels in the basement of each building.
- Replacing 125 amp electrical panels with 200 amp panels, adding 20-amp circuits, and replacing 100% of old cloth-wrapped wiring and existing outlets.
- Removing 100% fluorescent lighting and replacing with LED, including new wiring.
- Installing PAC ID readers and Access Controls on all building entry doors, and security cameras at all exit/entry points.
- Compliance with attached specifications, drawings, and VA security management program requirements.
- Adherence to OSHA, NFPA, and IBC standards, with work expected in unoccupied spaces at an IRCA Level 2.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Magnitude of Construction: $1,000,000 to $2,000,000.
- Period of Performance: 270 calendar days after receipt of the Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified.
- Bid Submission Due Date: April 14, 2026, by 5:00 PM ET.
- Technical Questions Cut-off: March 27, 2026, by 1 PM ET (Note: This date has passed).
- Offer Acceptance Period: 90 calendar days.
- Published Date: March 26, 2026.
Submission & Evaluation
Bids must be submitted via email to jason.phillip@va.gov and richelle.gray@va.gov. Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price. A Bid Guarantee (20% of bid, max $3,000,000) and Payment/Performance Bonds are required. Offerors must acknowledge all amendments.
Key Requirements & Notes
- Subcontracting Limitations: Offerors must certify compliance with limitations (e.g., General Construction: max 85% to non-SDVOSB/VOSB firms). Failure to certify renders the offer ineligible.
- Site Visit: A pre-proposal site visit occurred on March 25, 2026. A sign-in sheet is available.
- Wage Rates: Bidders must use specified Douglas County, OR prevailing wage rates (Davis-Bacon Act) for labor cost estimation.
- Hazardous Materials: Buildings contain asbestos and lead paint; bidders must review the Hazardous Materials survey and adhere to detailed asbestos abatement procedures.
- Safety & Infection Control: Compliance with VHA Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) requirements is mandatory.