Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
ID: 36C77625B0050Type: Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

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 soliciting bids for the EHRM Infrastructure Upgrades Phase 2 construction project at the Portland VA Medical Center in Oregon and the Vancouver VA Medical Center in Washington. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves significant infrastructure enhancements, including the installation of redundant fiber runs, additional data drops, power and HVAC distribution upgrades, and hazardous material abatement. The successful contractor will be responsible for completing the project within 365 calendar days of receiving the Notice to Proceed, with bids due by 1:00 PM EST on February 17, 2026. For further inquiries, interested parties may contact Contract Specialist Sierra Y Tate at sierra.tate@va.gov.

    Point(s) of Contact
    Sierra Y TateContract Specialist
    sierra.tate@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued Amendment 0001 to Solicitation 36C77625B0050, extending the receipt of offers to February 17, 2026, at 5:00 PM EST. The amendment clarifies site visit instructions and reactivates the solicitation, which was initially issued on January 14, 2026, and became inactive on January 16, 2026. A site visit is scheduled for January 27, 2026, at 10:00 AM PST for the Portland Campus and 1:00 PM PST for the Vancouver Campus, with detailed instructions provided in attached documents. This modification ensures all offerors are aware of the updated timeline and logistical details for the EHRM Infra Upgrades Phase 2 Portland project.
    This amendment to solicitation 36C77625B0050 clarifies the site visit location and provides updated maps for the EHRM Pre-Bid Site Visits in Portland and Vancouver, dated January 22, 2026. Additionally, the solicitation's closing time has been changed from 5:00 PM EST to 1:00 PM EST on Tuesday, February 17, 2026. Offerors must acknowledge receipt of this amendment to avoid rejection of their offers. All other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment 0003 to Solicitation 36C77625B0050, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The effective date of this amendment is February 3, 2026. The purpose of this amendment is to provide the Site Visit sign-in sheets for both the Portland Campus and Vancouver Campus, which were completed on January 29, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer, or by separate communication, ensuring receipt by the specified hour and date to avoid rejection of their offer.
    This amendment to solicitation number 36C77625B0050, dated January 14, 2026, extends the bid opening date to March 4, 2026, at 1:00 PM EST. The Department of Veterans Affairs, Program Contracting Activity Central, issued this modification. The purpose of this extension is to provide offerors sufficient time to review forthcoming answers to technical questions and update their bids accordingly. An additional amendment will be issued to provide these answers. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Bridget May, Contracting Officer, for the Department of Veterans Affairs.
    This amendment to solicitation/modification of contract 36C77625B0050, dated January 14, 2026, issued by the Department of Veterans Affairs, Program Contracting Activity Central, provides crucial updates for an ongoing procurement. The amendment, number 0005, effective February 18, 2026, addresses Request for Information (RFI) responses and includes six attachments. Additionally, it updates the Price Schedule by correcting the quantity for CLINs 0001 and 0002 from 0.00 JB to 1.00 JB. Contractors must acknowledge receipt of this amendment by completing Item 8 and 15 and returning one copy, or by referencing the amendment on their offer or in a separate communication to avoid rejection of their offer. All other terms and conditions of the original document remain unchanged.
    This amendment to solicitation number 36C77625B0050, dated January 14, 2026, issued by the Department of Veterans Affairs, Program Contracting Activity Central, provides additional clarification to RFI questions and outlines details for the bid opening conference. The amendment includes an attached Technical Question Tracker and specifies that the bid opening will occur via teleconference on March 4, 2026, at 1:30 PM ET, with bid submissions still due at 1:00 PM ET. The purpose is to ensure all offerors have the necessary information and access to the bid opening process for this federal government RFP.
    This government document is an amendment to a solicitation/modification of a contract, specifically Standard Form 30, for the Department of Veterans Affairs. The primary purpose of this amendment (0007 to solicitation 36C77625B0050) is to extend the bid opening date for offers. The new deadline for the receipt of offers has been extended to March 5, 2026, at 1:00 PM EST. Offerors are required to acknowledge this amendment by completing specific items on the form, acknowledging receipt on their offer copies, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of their offer. All other terms and conditions of the original document remain unchanged.
    This document is Amendment 0008 to Solicitation 36C77625B0050, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The purpose of this amendment, effective January 14, 2026, is to provide an additional response to a technical question that was submitted before the deadline. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging receipt on each submitted offer, or by sending a separate letter or electronic communication. Failure to acknowledge receipt by the specified hour and date may result in the rejection of the offer. This amendment also directs offerors to refer to an updated Technical Questions tracker for the most current answer.
    This government solicitation, 36C77625B0050, issued by the Department of Veterans Affairs, is an Invitation for Bid (IFB) for the EHRM Infrastructure Upgrades Phase 2 construction project. It is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with an estimated magnitude of construction between $5,000,000 and $10,000,000. The project involves infrastructure upgrades at the Portland VA Medical Center (Portland, OR) and the Vancouver VA Medical Center (Vancouver, WA), including redundant fiber runs, primary fiber home runs, additional data drops, power and HVAC distribution upgrades, physical security assessments, hazardous material abatement, and firestopping improvements. Bids are due by 1:00 PM EST on February 17, 2026, and must be submitted via email. A bid guarantee of 20% of the bid price, not exceeding $3,000,000, is required. The contractor must complete the entire project within 365 calendar days of receiving the Notice to Proceed. A formal pre-bid site visit is scheduled, and all solicitation documents are available on Sam.gov.
    The document is a sign-in sheet from a site visit for the 36C77625B0050 EHRM Infrastructure Upgrades Construction Phase 2 project at the Vancouver Campus, held on January 27, 2026, at 1:00 PM (PST). The sheet lists the names, companies/titles, email addresses, and phone numbers of attendees from various construction and service companies, including Capex, Nutter Corporation, Canta Federal Services, PAC Tech Construct, First Light Vet Electric, Richard Group, O'Neill Contractors, WESTERN Hydr, Finish Line Concrete, Piedi Tech, GDSF, Firestop Company, Angel Design Build, Vet Construction, Contech Services, GB Manchester, Leviton Regional Spec Engineer, Alliance Environmental, Advanced Technology, Blueway One JV LLC, Pioneer Waterproofing, Artis, Concrete GPR, Talion Construction, JH Kelly, KANGGOLURI, Skytek LLC, and VA. The purpose of this sign-in sheet is to record attendance at a pre-bid site visit for a federal government construction RFP.
    The document is a sign-in sheet for a site visit related to the "36C77625B0050 EHRM Infrastructure Upgrades Construction Phase 2" project at the Portland Healthcare System, held on January 27, 2026, at 10:00 AM (PST). It lists numerous attendees from various companies, including Pacificmark, SELON, Inc., Loy Clark, Skytek LLC, Hydro-Temp Mechanical Inc., Herchens Drywall, CANTU Federal SERVICE PACK TechGroup, JH KELLY, Pioneer Waterproofing, Rubenstein, Blueway One JV LLC, ONeill Contractors, Richardgroup.com, SFS inc, Ashland Bros Inc, CONCRETE GPR ONNOR, ARTIS Construction, ADVANCED TECH CONSTRUCTION, Capex Construction, VET CONSTRUCTION, Finish line Lonendle, Leviton, ANGEL DESIGN BUILD, First Light Veterans Electro, KAIGE ELECTRIC, GB Manchester, and Talion Construction. The sheet records each attendee's name, company/title, email address, and phone number, indicating a strong interest from a diverse group of contractors and service providers in this government construction project.
    The EHRM Infrastructure Upgrades – Phase 2 project at VA Portland Health Care System and Vancouver Campuses details the project team, general notes, and phasing plan for upgrades. Key personnel from Blue Trident, LLC, SBCC, IMEG, and OCMI are listed. General notes emphasize contractor responsibilities, including verifying dimensions, repairing finishes, and replacing damaged firestopping. Critical project phases involve maintaining occupied buildings, coordinating with the VA, and performing most work during swing shifts. Strict protocols are in place for dust and noise control, given the sensitive patient population, and measures to maintain access and site safety. Permits, traffic control plans, and coordination with external entities like CTRAN Bus are required. The document also includes an extensive drawing index for both campuses, outlining site, architectural, mechanical, electrical, and technology plans.
    The VA Portland Health Care System (VAPORHCS) Vancouver Campus is undergoing an Electronic Health Record Modernization (EHRM) Phase 2 project, focusing on significant technology infrastructure upgrades across multiple buildings. This project involves the installation of new conduits and fiber optic cabling, with specific pathways and requirements for different fiber types (Path A and Path B). The infrastructure improvements include connecting new conduits to existing manholes, extending fiber optic cables to various telecommunications rooms, and carefully routing cables to avoid parking areas, preferring grass or vegetation beds. The project emphasizes adherence to existing infrastructure, field verification of utilities, and careful excavation in sensitive areas. Key areas for upgrades include Buildings 11, 15, and 19, which will see enhanced connectivity for medical, administrative, and support services. The initiative aims to modernize the campus's technological backbone, ensuring robust and reliable electronic health record systems for improved patient care and operational efficiency.
    The VHA Infection Control Risk Assessment (ICRA) 2024 template provides a standardized framework for evaluating infection risks during construction, renovation, and maintenance activities within VHA facilities. This document outlines minimum requirements for categorizing activity types (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) to determine the necessary infection prevention and control precautions (Levels I, II, III, IV). It emphasizes the template's use in conjunction with the Pre-Construction Risk Assessment (PCRA) for comprehensive safety. The document details a step-by-step process for completing the ICRA, including tables for activity categorization, affected area assessment, patient risk identification, and precaution level determination. It also specifies required control measures for each precaution level, both during and upon completion of the activity, and includes a fillable permit form for posting at activity sites. The permit for the Portland and Vancouver Campus, signed by Michael Major, indicates an Activity Category D, an Overall Patient Risk Category of High, and a Level of Infection Prevention and Control Precautions of IV.
    This government file outlines comprehensive requirements for project schedules on small design/bid/build projects. It mandates the engagement of a qualified third-party scheduling consultant with specific experience. The document details various schedule submittals, including an initial schedule within 7 days of Notice to Proceed (NTP), a schedule of costs within 30 days of NTP, and a baseline schedule within 30 days of initial schedule approval. Monthly schedule updates, revised schedules, and a final schedule are also required. The government reserves the right to withhold progress payments for unapproved schedules. Technical requirements specify compatible software (Oracle Primavera P6 or Microsoft Project Professional) and restrict certain logic relationships. All work activities must be cost-loaded, with specific provisions for stored materials and adjustment/testing of systems. Narrative reports are required for all schedule submissions, detailing project plans, potential delays, and critical path analysis. Quality assurance adheres to DCMA and GAO guidelines. Payment to the contractor is contingent on approved monthly schedule updates and cost data.
    The document is an overall site plan for the Vancouver Campus of the VA Portland Health Care System (VAPORHCS), detailing the EHRM Infrastructure Upgrades - PHASE 2 project. This plan, dated July 24, 2025, and revised on February 12, 2026, with a response to prebid questions on February 17, 2026, outlines existing and proposed communication conduits and identifies various buildings and lots within the campus. Key features include primary care, specialty care clinics, community living center, rehabilitation facilities, and support buildings such as laundry, maintenance, and storage. The plan also indicates future imaging and garden areas. The project is managed by S&B Christ Consulting, LLC, with Blue Trident, LLC as a consultant. Daniel F. Kelley, PE, is the professional engineer responsible for the drawing. The document serves as a comprehensive guide for infrastructure improvements, emphasizing communication conduit placements and the overall layout of the healthcare campus.
    The document outlines the specifications and general requirements for the Department of Veterans Affairs Project No. 648-24-701, "EHRM Infrastructure Upgrades – Phase 2 - Portland HCS." This project, set aside for Service Disabled Veteran Owned Small Businesses and contracted to Blue Trident, LLC, involves significant infrastructure enhancements in both Vancouver, Washington, and Portland, Oregon facilities. Key upgrades include redundant and primary fiber runs to various buildings, additional data drops, and improvements to facility power and HVAC distribution. The project also addresses physical security, hazardous material abatement (including asbestos and lead-based paint), and firestopping. Strict safety protocols, site access rules, and detailed phasing plans are mandated, with a focus on minimizing disruption to the operational medical center. The contractor is responsible for comprehensive project management, including security, waste management, utility coordination, and providing as-built drawings and warranty management. All work must adhere to VA standards and ensure the continuous operation of the Medical Center.
    The document, part of the EHRM Infrastructure Upgrades - PHASE 2 - PORTLAND HCS project (Project No. 648-24-701), outlines electrical schedules, disconnect and starter schedules, and LED luminaire schedules, along with load summaries for various panels (NX, B1L1-F-6 UPS, MCB1, MCB2). The project, dated 07/24/2025 and revised on 02/17/2026, details new and existing electrical components, wiring specifications, and load calculations. Key components include 30KVA transformers (T-15, T-152) and 60A MCBs. The LED luminaire schedule specifies 4ft commercial LED striplights with dimming drivers and emergency battery packs, emphasizing correlated color temperature, color rendering index, and coordination with architectural plans. Lighting sequence of operations details vacancy-controlled lighting with manual and automatic off functions. The partial electrical riser diagram indicates new breaker installations to serve new transformers and panels. The document also provides general notes for electrical components, lighting controls, and safety approvals from various VA departments.
    This document, General Decision Number WA20260120, sets prevailing wage rates for building construction projects in Clark and Skamania Counties, Washington. It lists specific rates and fringes for various trades like insulators, bricklayers, carpenters, electricians, engineers, ironworkers, laborers, painters, cement masons, pipefitters, roofers, sprinkler fitters, sheet metal workers, and truck drivers. The document also includes information on union, union average, and survey rate identifiers, explaining how these rates are determined and updated. Additionally, it outlines the wage determination appeals process, providing contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board. The document also notes the applicability of Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors, respectively.
    This document, General Decision Number OR20260100, outlines prevailing wage rates for building construction projects in Multnomah County, Oregon, effective January 2, 2026. It supersedes OR20250100 and applies to projects excluding single-family homes or apartments up to four stories. The file details various skilled trades, including insulators, bricklayers, carpenters, electricians, operating engineers, ironworkers, laborers, painters, plasterers, plumbers, and sheet metal workers, listing their hourly rates and fringes. It also includes information on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors, respectively. The document explains different rate identifiers (Union, Union Average, Survey, State Adopted) and provides an appeals process for wage determination matters, outlining steps for review and reconsideration by the Wage and Hour Division and the Administrative Review Board.
    This document outlines the common work results, requirements, and standards for Electronic Safety and Security (ESS) systems within government facilities, applicable across Division 28 sections. It details the furnishing, installation, programming, configuration, documentation, and testing of new ESS components, including physical access control and uninterruptible power supplies. Key aspects covered include contractor qualifications, quality assurance, submittal requirements, applicable publications, and coordination with other trades. The document specifies environmental conditions for equipment, electrical power considerations, transient voltage suppression, grounding, component enclosures, and electronic component standards. It also addresses substitute materials, warranties, and minimum requirements, emphasizing compliance with industry codes and standards like NFPA 70 and UL listings. Conductors and cables for ESS systems are detailed, focusing on installation, connection, testing, certification, and identification, with strict adherence to separation from electromagnetic interference sources and firestopping protocols.
    TTL Associates, Inc. conducted a geotechnical subsurface investigation for the proposed campus security fence replacement at the Portland VA Medical Center – Vancouver Campus. The project involves replacing an existing 6-foot chain-link fence with a new 1.1-mile security fence, including a concrete mow strip and several gates. The investigation, authorized by Blue Trident, LLC, included eight test borings to evaluate subsurface conditions for fence support foundations, subgrade modification, and pavement design. The report details general site and soil conditions, primarily loose to medium-dense granular soils with some sandy silt, and groundwater conditions. It provides design recommendations for shallow spread and post foundations, seismic and corrosion considerations, and subgrade/pavement designs. Construction recommendations cover site preparation, fill, and foundation excavations, emphasizing the need for a geotechnical engineer's oversight due to variable soil conditions.
    This VA Notice outlines subcontracting limitations for service and construction contracts, requiring offerors to certify compliance with specific percentages for non-certified firms. For general construction, the limit is 85%; for services, 50%. Materials costs are excluded. The certification process is mandatory, and failure to comply can lead to severe penalties, including fines, debarment, and criminal prosecution. Offerors must provide documentation to verify compliance during and after contract performance. This policy ensures fair practices and accountability within VA contracting, emphasizing the importance of adhering to subcontracting regulations.
    This document outlines two mandatory site visits for the EHRM Infrastructure Upgrades project. The first visit is scheduled for Tuesday, January 27, 2026, at 10:00 AM (PST) at the Portland Healthcare System, located at 3710 SW US Veterans Hospital Rd, Portland, OR 97239. Attendees are advised to park in lot #6 and walk through the P2 parking structure, reporting to Michael Major at B1C-134 Building 100. The second and final site visit will take place on the same day at 1:00 PM (PST) at the Vancouver Campus, 1601 E Fourth Plain BLVD, Vancouver, WA 98661. For this visit, attendees should park in lot #6 and walk to Bldg. 4, reporting to Michael Major. Due to parking limitations at both locations, carpooling or early arrival is recommended. The Engineering office can be contacted at (503) 220-8262 extension 56323 for further directions.
    The VA Portland Health Care System (VAPORHCS) document provides detailed maps and addresses for both its Vancouver and Portland campuses, including parking instructions and specific room locations. The Portland Campus maps detail Building 102 (P2 North Parking Structure) and Building 100 (Main Hospital) across its B1, 1st Floor Area 'A' & 'C', and 1st Floor Area 'A' & 'B' sections, outlining various offices, treatment rooms, mechanical rooms, and specialized departments like pharmacy, sterile processing, and laboratories. The Vancouver Campus map offers a general overview of its buildings and services, indicating patient and staff parking, shuttle stops, and memorial locations. The document serves as a comprehensive guide for navigating the VAPORHCS facilities, highlighting key areas and access points for patients, staff, and visitors.
    The document provides detailed location and navigation information for the VA Portland Health Care System (VAPORHCS) Portland and Vancouver campuses. It includes addresses, parking instructions, and internal building maps with designated meeting points. For the Portland campus, visitors are directed to park in Lot 6 and proceed to Building 100, B1C-134. The maps for Building 102 and Building 100 detail various departments such as SPS, SCM, FMS, Pharmacy, and numerous offices and specialized rooms. The Vancouver campus section provides a broader site map, indicating parking lots, building numbers with associated services (e.g., Logistics, Primary Care, Mental Health), and shuttle stops. Both campuses emphasize patient and staff parking, as well as general information regarding access and services. The document is crucial for guiding visitors and personnel through both VA facilities.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 Portland HCS project. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves significant infrastructure upgrades at the Portland VA Health Care System in Portland, OR, and Vancouver, WA. The scope includes assessing existing conditions, demolition, and providing all labor, materials, equipment, and supervision for civil, plumbing, mechanical, electrical, and electronic disciplines. Key tasks encompass installing redundant fiber runs, adding primary fiber home runs, upgrading data drops, enhancing facility power and HVAC distribution, architectural renovations, structural alterations, and various electrical upgrades. Additionally, the project includes installing and programming Building Automation Systems, modifying plumbing, upgrading data communication and fiber infrastructure, abating asbestos and lead-based paint, and improving fire suppression, fire alarm, firestopping, and physical security systems. The solicitation will be an Invitation for Bid (IFB) issued in late October 2025, with an estimated construction magnitude between $5,000,000 and $10,000,000 and a 365-day performance period.
    The document, Solicitation #36C77625B0050, details technical questions and VA responses for the EHRM Infrastructure Upgrades Phase 2 Construction project in Portland, OR. Key issues addressed include providing asbestos surveys (with a caveat on contractor responsibility for new sampling), missing Division 28 specifications (Physical Access Controls will be provided, Fire Detection & Alarm is not required), and clarifying existing security system manufacturers. The document also covers fiber optic installation requirements, electrical panel corrections, duct bank concrete encasement, and the inclusion of Keynote #4 as an active alternate in the base bid. Project logistics such as site work hours, staging areas, and specific construction methods (e.g., no horizontal boring, vacuum excavation near trees) are clarified. Staffing requirements for site superintendents, CQC, and SSHO roles (separate individuals generally required, but SSHO can cover both campuses) are outlined, along with contractor badging procedures. The VA also confirmed that commissioning is required for various systems, provided a Geotech Report, and removed the lightning protection specification. Additionally, the VA clarified that cell phone photos are acceptable in lieu of a commercial photographer, and the prime contractor will coordinate on-site inspections with the VA Design team instead of hiring A&E services. The project has an expected start date of March 31, 2026, and a performance period of 365 days, with no liquidated damages. All state and local sales or use taxes for construction materials must be included in the bid. Asbestos abatement is not anticipated, and any discovery will be treated as unforeseen. The document highlights the VA's detailed responses to contractor inquiries to ensure clarity and compliance for this complex infrastructure upgrade.
    This federal government Invitation for Bid (IFB) outlines requirements for the Electronic Health Record Modernization (EHRM) Infrastructure Upgrades Phase 2 construction project across the Portland VA Medical Center in Oregon and the Vancouver VA Medical Center in Washington. The project, a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, has an estimated magnitude between $5,000,000 and $10,000,000. Key tasks include installing redundant and primary fiber runs, adding data drops, upgrading power and HVAC distribution, enhancing physical security, and abating hazardous materials. Contractors must complete the project within 365 calendar days of receiving a notice to proceed. Bidders must submit a lump sum price for both locations, provide a bid guarantee, and adhere to specific submission guidelines, including being a certified SDVOSB in SAM.gov at the time of bid and award.
    This document addresses technical questions and responses for the EHRM Infrastructure Upgrades Phase 2 Construction project in Portland, OR. Key clarifications include the provision of asbestos surveys (with contractor responsibility for new sampling), missing Division 28 specifications, and details on existing PACS, IDS, and VASS systems (Schneider Electric Andover Continuum ACX 57xx Series Controller). The VA confirmed the availability of licenses for additional cameras and provided guidance on fiber optic cable installation, conduit requirements, and electrical panel sourcing. Significant portions of the document clarify drawing discrepancies, concrete encasement for duct banks, and the inclusion of an alternate bid in the base bid. Operational aspects like contractor badging, site supervision (requiring separate individuals for Site Superintendent, CQC, and SSHO, with potential for one SSHO to cover both campuses), work hours (site work during normal business hours, interior fiber/TR/TE work after hours), and staging areas are detailed. The VA also confirmed that horizontal boring is not allowed, clarified asphalt repair widths, and provided a Geotech Report. Lastly, the VA removed the lightning protection specification, allowed cell phone photos in lieu of a commercial photographer, and clarified commissioning requirements (VA will hire CxA).
    The document provides responses to 69 technical questions regarding the "EHRM Infrastructure Upgrades Phase 2 Construction" project in Portland, OR. Key clarifications include the contractor's responsibility for asbestos sampling, the provision of missing Division 28 specifications for Physical Access Control, and confirmation of existing PACS/IDS/VASS manufacturers (Schneider Electric). The VA clarified requirements for fiber optic cable installation, concrete encasement for duct banks, and the inclusion of specific work as an active alternative in the base bid. Detailed responses address drawing discrepancies, equipment descriptions (e.g., PW-CPW-1 is an STI fire-rated conduit sleeve), and underground construction specifications. Site logistics, such as staging areas, work hours, and fire lane access, are outlined. Personnel requirements specify separate individuals for Site Superintendent, CQC, and SSHO roles, with the SSHO able to serve both campuses. The VA confirmed no horizontal boring, provided a Geotechnical Report, and removed the lightning protection specification. The use of cell phone photos for progress documentation is permitted, and the VA Design team will coordinate on-site inspections instead of the contractor hiring A&E services. Commissioning is required for multiple systems, with the VA providing the commissioning agent. Tree protection, utility outage notice periods (28 days required), and excavation methods (vacuum/hydro excavation) are also addressed. Contractor badging requires PIV cards, and a professional surveyor is necessary for civil work. The project duration is 365 calendar days with an approximate start date of March 31, 2026. Sales tax must be included in bids, and all new inside plant fiber requires maxcell innerduct. Firestopping must be done by a UL or FM Global certified contractor. Cable counts for Building 100 are updated, and WAPs are provided by the VA. New fiber installation may impact drywall ceilings in some areas.
    Similar Opportunities
    Loading similar opportunities...