Z2DA--549-21-700 EHRM Infrastructure Upgrades Construction Dallas 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, has issued a Solicitation for the EHRM Infrastructure Upgrades Construction project (Z2DA--549-21-700) at the Dallas VA Medical Center (VAMC). This is a Firm-Fixed-Price contract with an estimated magnitude between $50,000,000 and $100,000,000. Proposals are due by April 14, 2026, at 2:00 PM EST.
Scope of Work
This project involves extensive infrastructure upgrades across 126 IT spaces in multiple buildings at the Dallas VAMC and Herzog Campus to modernize IT and physical infrastructure for a national Cerner upgrade. Key areas include:
- Telecommunications: Upgrading facility fiber-optic cabling (redundant ring topology), remodeling IT closets (TRs/TEs) to EHRM guidelines, installing new voice/data outlets with Cat-6A cabling, and ensuring proper grounding/bonding. Demolition of abandoned equipment and old cabling is also required.
- Electrical: Providing new dedicated electrical panels, rack-mounted Power Distribution Units (PDUs) and Uninterruptible Power Supply (UPS) units in TRs, modifying power/lighting, and installing additional receptacles. All new systems will be sourced from critical branch or emergency power.
- HVAC: Designing, activating, upgrading, or replacing HVAC equipment for TRs/TEs, primarily using Variable Refrigerant Flow (VRF) DX cooling-only systems, with integration into the existing Siemens Building Automation System (BAS).
- Security: Designing and modifying Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Security Surveillance Television Systems (SSTV) for TRs/TEs, integrating with existing Avigilon (CCTV) and Hirsch Identiv (Access Control) systems.
- Civil: Installing new communication duct banks and manholes, replacing damaged pavement, and implementing erosion control measures.
- Hazardous Materials: Abatement of identified asbestos-containing materials (e.g., floor tiles, pipe insulation, roofing) and presumed lead-based paint in various buildings.
- General Construction: Providing all necessary tools, equipment, materials, labor, supervision, and management, ensuring compliance with VA drawings, specifications, regulations, and codes.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Magnitude: $50,000,000 - $100,000,000
- Period of Performance: 730 calendar days from Notice to Proceed (NTP), which is anticipated within 90 days after award. The POP is firm due to EHR Deployment scheduling.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 million size standard.
- Set-Aside: UNRESTRICTED.
Evaluation & Submission
Proposals will be evaluated using a tradeoff process under "Best Value" (FAR Part 15), considering Past Performance (most important), SDVOSB/VOSB Commitment, and Price. A 10% price evaluation factor will be added to proposals from large businesses (FAR 52.219-4). Offerors must submit proposals in three volumes (Technical, Price, Administrative) as searchable PDFs (each under 5MB) via email to Shawn.Tavernia@va.gov (cc: bridget.may@va.gov) by April 14, 2026, at 2:00 PM EST.
Important Notes
- 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 will be required upon award.
- All personnel require a VA PIV Card, with the process to commence immediately after award.
- Designers/consultants who provided professional services for the construction documents are precluded from participating as Prime, Mentor-Protégé, or subcontractor.
- Offerors are solely responsible for including all state and local sales or use taxes in their bid price.
- A 3rd party scheduler is required for the project schedule.
- Amendment 0003 (posted April 2, 2026) replaced sections 2.1-2.7 of the original solicitation, added FAR 52.203-2, and revised VAAR 852.204-72.