553-25-706 EHRM Installation of DDPo2
ID: 36C250R0088Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the installation of electrical and data infrastructure as part of the Electronic Health Record Modernization initiative at the Detroit VA Medical Center. The project involves the installation of 24 normal power outlets and 85 data drops to support EHR equipment deployment, with all work required to be completed after hours and on weekends. This procurement is particularly significant as it emphasizes the VA's commitment to enhancing healthcare facilities while promoting participation from Service-Disabled Veteran-Owned Small Businesses. The total contract amount is $370,000, and interested contractors should direct inquiries to Christina Shockey at christina.shockey@va.gov, with all work expected to be completed within 120 days of receiving a notice to proceed.

    Point(s) of Contact
    Christina Shockey
    christina.shockey@va.gov
    Files
    Title
    Posted
    The document outlines the Request for Proposals (RFP) for the installation of additional data and power infrastructures at the Detroit VA Medical Center as part of the Electronic Health Record Modernization initiative. The project requires contractors to provide all necessary labor, materials, supervision, and equipment to install 24 power outlets and 85 data drops. The solicitation is exclusively open to Service-Disabled Veteran-Owned Small Businesses with a project budget range of $100,000 to $250,000, and contractors must comply with specific federal regulations and installation standards related to telecommunications and electrical systems. The work must be conducted after hours, with completion required within 120 days of receiving a notice to proceed. Contractors must submit various documentation, including warranty confirmations and compliance certifications, and adhere to safety and environmental regulations throughout the project. This RFP exemplifies the VA's commitment to improving healthcare facilities while emphasizing small business participation and regulatory compliance.
    The "OEHRM Site Infrastructure and End User Device (EUD) Requirements" document, version 2.0, dated April 15, 2021, outlines the technical and physical infrastructure requirements for the Department of Veterans Affairs' (VA) large-scale Electronic Health Record Modernization (EHRM) Program. The document details specifications for Wide Area Networking (WAN), Local Area Networking (LAN), Wireless LAN (WLAN), power, space, Heating, Ventilation, and Air Conditioning (HVAC), End-User Devices (EUDs), and Voice Over Internet Protocol (VOIP) devices. It also addresses biomedical device requirements, physical security, and Joint Security Architecture (JSA). Key requirements include dual 10 Gbps circuits for VA Enterprise Data Centers, dual 1 Gbps interfaces for VA Medical Centers (VAMCs), and Category 6 or higher cabling for LAN. Power and space allocations are specified for JSA security stacks, Forward Deployed Servers (FDS), and Defense Medical Logistics Standard Support (DMLSS) equipment, with N+1 redundant cooling for data centers. EUDs, including PCs, tablets, and peripherals, must meet specific processor, RAM, storage, display, and network connectivity standards, with a focus on FIPS 140-2 compliance for wireless transmissions. The document provides detailed appendices for acronyms, references, and site-type-specific requirements for various VA facilities, ensuring comprehensive infrastructure readiness for the EHRM deployment.
    The document outlines the infrastructure requirements for the Office of Electronic Health Record Modernization (OEHRM) within the Department of Veterans Affairs (VA). It provides essential specifications for various components, including Wide Area Networking (WAN), Local Area Networking (LAN), Wireless LAN (WLAN), power and HVAC requirements, end-user devices, and security architectures necessary for implementing the new Electronic Health Record (EHR) system. The document emphasizes meeting technical and operational standards to ensure reliability and efficiency in veteran healthcare delivery. Specific guidelines are established for equipment and installation, alongside provisions addressing adjustments due to the COVID-19 pandemic. Furthermore, each requirement section includes necessities for different site types, ensuring flexibility across varying VA facilities. The comprehensive approach reflects the VA’s commitment to improving healthcare services through technology while adhering to strict compliance and governance frameworks. Continuous updates to this document are planned over a 10-year deployment period, indicating a proactive strategy in enhancing system resilience and functionality as technology evolves.
    The provided documents, titled "LOWER LEVEL FLOOR PLAN," "FIRST FLOOR PLAN," and "SECOND FLOOR PLAN," are architectural drawings for a project at VA Station No. 553, prepared by Casey Thayer as a Record Drawing. While the specific project title is obscured, the consistent presence of elements like "Project Number," "Building Number," "Drawing Number," "Project Title," "Location," "Issue Date," "Checked," "Drawn," and "Approved" across all three documents indicates they are part of a larger federal government procurement or grant related to facility modifications or upgrades. The repetitive nature of the text, likely due to optical character recognition (OCR) errors from the scanned plans, makes it difficult to extract detailed information about the specific alterations on each floor. However, the document's structure, including sections for "ARCHITECT/ENGINEER OF RECORD STAMP" and "CONSULTANT," confirms its official nature within a government contracting context. The primary purpose of these files is to provide detailed floor plans essential for construction, renovation, or record-keeping purposes at the specified VA facility.
    The document provides a detailed inventory and deployment status of various devices for an Oracle Health/VA initiative, likely related to a government RFP or grant for healthcare infrastructure. It lists device categories such as printers (laser, label, armband, hematrax), scanners (barcode, document), display boards (tracking boards, Careview boards), workstations, and accessories, along with their VA Unique IDs and descriptions. The deployment status, updated on March 28, 2025, indicates 974 devices deployed, 1877 tested, and 639 validated, with percentages for deployment, testing, and validation across different device types. The document also includes a glossary defining
    This Request for Information (RFI) for Solicitation No. 36C25025R0088, Project Number 553-25-706, is seeking information regarding the EHRM Installation of DDPo2 at the Detroit VAMC, located at 4646 John R. Street, Detroit, MI 48201. Contractors are required to thoroughly read all solicitation documents, specifications, and drawings before submitting questions or requests for clarification. All inquiries must specifically identify the relevant section(s) or drawing number(s) to receive a timely response from the Government. The Contract Specialist for this RFI is Christina Shockey, reachable via email at Christina.Shockey@va.gov.
    This government file outlines the general requirements for contractors undertaking projects for the Department of Veterans Affairs (VA), encompassing federal and state/local RFPs. It details safety requirements, general intentions for site preparation and demolition, and specific bid items including the installation of power outlets, data drops, and equipment. The document emphasizes stringent construction security, requiring a comprehensive security plan, employee badging, and strict control over sensitive documents and photography. Contractors must adhere to operational and storage area guidelines, minimize interference with medical center functions, and coordinate all utility services and phasing to ensure continuous 24/7 operation. Alteration work requires thorough surveys, protection measures, and proper disposal of materials. The file also mandates as-built drawings, a detailed warranty management plan, and various tests. A critical path method (CPM) project schedule is required for planning, coordinating, and monitoring work, including cost loading and monthly updates. Submittal procedures for shop drawings, product data, and samples are outlined, with strict VA review periods and a requirement for contractor certification of compliance. Safety requirements are extensive, demanding an Accident Prevention Plan (APP) that interfaces with the contractor’s overall safety program, addresses specific hazards, and includes detailed procedures for accident investigation and reporting, ensuring regulatory compliance and worker safety.
    The document pertains to construction and renovation plans associated with VA Station No. 553, spearheaded by architect and engineer Casey Thayer. It includes a detailed breakdown of various project phases, such as the first and second floor plans, with annotations for record drawings and structural changes. The formatted layouts illustrate the design adjustments necessary for compliance with regulatory standards, emphasizing the project's focus on safety and operational efficiency. Additionally, there is a strong emphasis on proper documentation, endorsements, and the architectural integrity required throughout the project's lifecycle. The goals include enhancing the facility's functional capacity while adhering to federal and local construction guidelines, thereby ensuring a comprehensive renovation of the healthcare infrastructure. The overall purpose of the documentation aligns with federal government standards for project transparency and accountability, integral to government grants and RFP processes.
    The document provides a comprehensive inventory and status report for various medical devices deployed within the VA Ann Arbor Healthcare System, detailing categories such as printers, label printers, scanners, display boards, and workstations. It highlights the number of devices categorized by type, including laser printers, label printers, barcode scanners, and document scanners, and their deployment status across various locations within the facility. Key data includes total device counts per category, deployment numbers, and percentages of devices that have been tested or validated. The glossary clarifies terminology regarding device deployment and validation processes. Overall, the report serves to monitor equipment availability and functionality, ensuring compliance and preparedness for medical staff across designated facilities. This document's context aligns with federal and state/local procurement processes, indicating an ongoing commitment to maintaining up-to-date medical infrastructure, which is essential for delivering quality healthcare within the Veterans Affairs system. The report underscores the importance of accurate inventory tracking and management to support healthcare operations efficiently.
    This Request for Information (RFI) pertains to the solicitation numbered 36C25025R0088, specifically related to the installation of Electronic Health Record Management (EHRM) at the Detroit Veterans Affairs Medical Center (VAMC) at 4646 John R. Street, Detroit, MI. The RFI emphasizes the importance of contractors thoroughly reviewing the solicitation and accompanying documents before raising any questions, which must reference specific sections or drawings to be acknowledged by the Government. The inquiry process is strictly guided to ensure timely responses, reinforcing the need for compliance with submission protocols. The document is prepared by a contractor intending to clarify information needed for their proposal. The main focus lies in the installation requirements for EHRM, addressing adherence to specifications relevant to the procurement process. This summary underscores a standard operating procedure in federal procurement emphasizing clarity, procedural adherence, and engagement with the RFP framework.
    The document outlines the general requirements for construction projects under the Electronic Health Record Modernization (EHRM) program, focusing on safety, project preparation, and compliance with VA security protocols. Contractors must prepare the site, install electrical and data systems, and ensure all personnel adhere to security and identification protocols mandated by the VA. A comprehensive security plan detailing access and inspection procedures is required, alongside a commitment to maintaining the ongoing operations of the Medical Center throughout construction. The safety framework specifies adherence to multiple safety regulations, including those from OSHA and specific industry standards, alongside an Accident Prevention Plan that addresses training, inspections, and emergency response. It also mandates comprehensive submittal processes for materials and drawings to ensure quality control and compliance with contract specifications. By enforcing strict schedules for project milestones and documenting processes meticulously, the document emphasizes accountability and the need for thorough project management practices, ultimately showcasing the VA's commitment to safe, efficient, and compliant construction practices. The structured approach highlights the intricate planning necessary to modernize healthcare facilities while ensuring safety for workers and continuity for patients.
    The Department of Veterans Affairs, Network Contracting Office 10, issued a Notice of Award for Solicitation 36C25025B0088 on September 2, 2025. Starboard Industries LLC was awarded Contract 36C25025C0156 for Project 36C25025R0088, which involves the EHRM Installation of DDPo2 at the VA Detroit Medical Center in Saginaw, MI. The contract amount for the entire base bid project is $370,000.00. The government acknowledged the effort of all bidders and encouraged them to look for future opportunities on www.fbo.gov.
    This government file, "General Decision Number: MI20250101 06/13/2025," is a wage determination for building construction projects in Wayne County, Michigan. It outlines prevailing wage rates and fringe benefits for various labor classifications, excluding single-family homes or apartments up to four stories. The document emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts: $17.75 per hour for contracts entered into on or after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed or extended. It also details annual adjustments to these rates and requirements for submitting conformance requests for unlisted classifications. Additionally, the file highlights Executive Order 13706, which mandates paid sick leave for federal contractors. It provides a comprehensive list of classifications such as Asbestos Worker, Boilermaker, Electrician, Plumber, and Truck Driver, along with their respective hourly rates and fringes, and explains the identifiers used for union, union average, survey, and state-adopted rates. The document concludes with a detailed wage determination appeals process for interested parties.
    The document outlines wage determinations for construction projects in Wayne County, Michigan, under the Davis-Bacon Act, indicating required pay rates for various trades involved in building construction. Effective from June 13, 2025, it specifies minimum wage rates based on Executive Orders 14026 and 13658, depending on the contract's award date, with a new minimum of $17.75 per hour for contracts initiated or extended post-January 30, 2022. The document lists specific classifications and rates for workers, such as electricians, plumbers, and carpenters, detailing their respective wage rates and fringe benefits. It also references the appeal process for wage determination decisions and outlines additional contractor requirements regarding worker protections and paid sick leave under Executive Order 13706. This information is instrumental for contractors, ensuring compliance with federal labor standards while carrying out government-funded construction projects. The document serves as a crucial resource for federal grants and RFPs, facilitating transparent wage practices within the construction sector and adherence to labor regulations established by the government.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z1DA--Upgrade TV System IFB 553-22-209
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.