Z1DA--565-22-7005 | EHRM Infras Upgrades | Fayetteville, NC

SOL #: 36C77626R0008Solicitation

Overview

Buyer

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

Place of Performance

Fayetteville, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Nov 14, 2025
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 6, 2026, 6:00 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), Program Contracting Activity Central (PCAC), is soliciting proposals for the Electronic Health Record Management (EHRM) Infrastructure Upgrades Construction project at the Fayetteville Veterans Administration Medical Center (VAMC) in Fayetteville, NC. This is a Design-Bid-Build (DBB) Firm-Fixed-Price contract, estimated between $20,000,000 and $50,000,000. This opportunity is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The project entails a comprehensive upgrade of the VAMC's IT infrastructure. Key requirements include:

  • Replacement of the entire campus Information Technology (IT) infrastructure.
  • Installation of new telecommunication rooms and fiber optics (interior and exterior).
  • Renovation of the data center and recabling of all telecommunications with Cat6A.
  • Supporting electrical and HVAC infrastructure upgrades.
  • General construction, carpentry, mechanical, plumbing, and utilities, including necessary removal of existing structures and construction of new elements.

Contract Details

  • Contract Type: Firm-Fixed-Price (DBB)
  • Period of Performance: 731 calendar days from the Notice to Proceed.
  • Magnitude of Construction: Estimated between $20,000,000.00 and $50,000,000.00.
  • Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). The prime contractor must be certified in the SBA VetCert database.
  • NAICS Code: 236220 with a size standard of $45.0 million.

Key Requirements & Clarifications

Bidders must adhere to specific technical and operational requirements:

  • Brand Name Items: Security camera and monitoring systems must be Motorola Avigilon; Physical security Access Control Systems must be C Cure, HID; and Fire Alarm Systems must be Siemens Desigo for standardization and compatibility.
  • Work Hours: After-hours work (6 PM - 5 AM) is required for cable replacements, shutdowns, and above-ceiling work to minimize disruption. The Site Safety & Health Officer (SSHO) and Site Superintendent must be on-site for all work shifts.
  • Testing: 100% of Category 6A and fiber optic connections require testing, with comprehensive OTDR testing mandatory for all fiber optic cable.
  • Personnel: All personnel working within VA facilities require a VA PIV Card. Key personnel qualifications (Project Manager, Onsite Superintendent, SSHO per Spec 01 35 26, CQC System Manager) must be submitted.
  • Subcontracting: Not more than 85% of the amount paid by the government can go to firms that are not certified SDVOSBs or VOSBs, excluding material costs.
  • Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates for Cumberland and Hoke Counties, NC, is mandatory.

Submission & Evaluation

  • Method: Request for Proposal (RFP) in accordance with FAR Parts 15, 19, and 36.
  • Evaluation: Lowest Priced Technically Acceptable (LPTA) procedures, considering technical qualifications, key subcontractors, project execution, and price.
  • Proposal Format: Proposals must be submitted in three volumes (Technical, Price, Administrative) as searchable PDFs, each less than 5MB, attached to separate emails.
  • Pricing: A revised A.3 Price/Cost Schedule with an updated CLIN structure must be used; divisional pricing is no longer required.
  • Bonds: A bid guarantee (SF 24) of not less than 20% of the proposal price (not to exceed $3,000,000) is required. Payment and Performance Bonds (SF 25A and SF 25) are also required.
  • Acknowledgement: Offerors must acknowledge receipt of all amendments.

Deadlines & Contacts

People

Points of Contact

Mario HairstonContract SpecialistPRIMARY

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
View

Versions

Version 10Viewing
Solicitation
Posted: Mar 30, 2026
Version 9
Solicitation
Posted: Mar 20, 2026
View
Version 8
Solicitation
Posted: Mar 13, 2026
View
Version 7
Solicitation
Posted: Mar 11, 2026
View
Version 6
Solicitation
Posted: Mar 2, 2026
View
Version 5
Solicitation
Posted: Feb 17, 2026
View
Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 14, 2025
View
Z1DA--565-22-7005 | EHRM Infras Upgrades | Fayetteville, NC | GovScope