Z2DA--673-20-107 EHRM Infrastructure Upgrades Construction Tampa, FL

SOL #: 36C77625R0092-RFPSolicitation

Overview

Buyer

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

Place of Performance

Tampa, FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

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

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 8, 2026, 5:00 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) is soliciting proposals for EHRM Infrastructure Upgrades Construction (Project 673-20-107) at the James A. Haley Veterans Hospital in Tampa, FL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a firm-fixed-price contract with an estimated magnitude between $20 million and $50 million. Proposals are due April 8, 2026, by 1:00 PM ET.

Scope of Work

This project involves comprehensive general construction, infrastructure upgrades, and renovation of existing spaces. Key elements include electrical, bonding, Uninterruptible Power Supply (UPS), Building Management System (BMS) interfaces, HVAC, communication, physical security upgrades, and campus-wide fiber infrastructure backbone. The work may impact roads, walks, grading, drainage, and other existing utilities, and includes Data Center Wide Area Network (WAN) updates and hazardous material abatement. Specific requirements detail project scheduling, protection of existing elements, as-built drawings, warranty management, and adherence to VA security and safety protocols, including mandatory Infection Control Risk Assessment (ICRA).

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: $20,000,000 to $50,000,000
  • Period of Performance: 900 calendar days after Notice to Proceed (NTP)
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified.

Submission & Evaluation

Proposals must be submitted via email to jason.phillip@va.gov (cc: bridget.may@va.gov) in three separate volumes: Volume I (Past Performance), Volume II (Price), and Volume III (Administrative Information). Each volume must be a searchable PDF, sent in a separate email, with each email less than 5MB. Evaluation criteria prioritize Past Performance (significantly more important than Price) and Price. Past performance will be assessed based on recency, relevancy, and quality, requiring at least two to three projects completed within the last five years, each exceeding $20 million, involving phased construction in an active healthcare setting. A Bid Guarantee (SF 24) is required (20% of proposal, max $3M), and Payment and Performance Bonds will be required upon award.

Amendments & Key Updates

  • Amendment 0004 (March 30, 2026): Added FAR Provision 52.203-2 (Certificate of Independent Price Determination) and new attachments including updated RFI tracking sheet, project schedules, combined drawings (Addendum 1), general specifications, and Addendum 1 narrative.
  • Amendment 0003 (March 27, 2026): Provided answers to technical questions, added contract clauses, and attached the "PKI Readers" document. Clarified that the contract is firm-fixed-price, design team members are precluded from prime/sub roles, and only the "SUMMATION" tab of Attachment 19 (Division Cost Breakdown) is required.
  • Amendment 0002 (March 23, 2026): Extended the proposal due date to April 8, 2026, at 1:00 PM ET.
  • Amendment 0001 (February 19, 2026): Posted the site visit sign-in sheet.
  • Brand Name Justification: The use of Johnson Controls Direct Digital Controls for HVAC is justified due to standardization and existing infrastructure.

Contact Information

People

Points of Contact

Jason PhillipContract SpecialistPRIMARY
Bridget MaySECONDARY

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

Versions

Version 6
Solicitation
Posted: Mar 31, 2026
View
Version 5Viewing
Solicitation
Posted: Mar 30, 2026
Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3
Solicitation
Posted: Mar 23, 2026
View
Version 2
Solicitation
Posted: Feb 19, 2026
View
Version 1
Solicitation
Posted: Feb 5, 2026
View