Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
ID: 36C77625R0025Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with a contract value anticipated between $20 million and $50 million. This project aims to enhance various infrastructure components, including electrical systems, telecommunications, HVAC upgrades, and the construction of a new data center, while ensuring compliance with safety and regulatory standards. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 14, 2025, and are encouraged to participate in a mandatory pre-proposal site visit to familiarize themselves with project requirements. For further inquiries, potential offerors can contact Dawn Schydzik at Dawn.Schydzik@va.gov or Jennifer Braaten at Jennifer.Braaten@va.gov.

    Point(s) of Contact
    Dawn SchydzikProcurement Technician
    Contract Specialist
    Dawn.Schydzik@va.gov
    Jennifer Braaten
    Contracting Officer
    Jennifer.Braaten@va.gov
    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center. This project is focused on the construction and renovation activities aimed at enhancing various infrastructure components, including electrical systems, fire safety, data communication networks, and the construction of a new data center. The RFP is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with specific requirements for performance and payment bonds. Proposals must include a breakdown of costs and adhere to strict submission guidelines, including separate volumes for technical, price, and administrative information. Evaluations will consider past performance and pricing, while a mandatory pre-proposal site visit is set for potential offerors. Key evaluation factors include relevant past performance, proposal compliance, and the offeror's status as an SDVOSB. Highlights of the evaluation process emphasize the importance of quality, timely execution, and effective program management. The RFP represents a commitment to enhancing VA facilities while ensuring opportunities for veteran-owned businesses in federally funded projects.
    The Department of Veterans Affairs (VA) intends to solicit proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with a goal to award a Firm-Fixed-Price contract. The project entails comprehensive upgrades including demolition and installation of electrical systems, HVAC, communication networks, and physical security enhancements. Specifically, it involves the demolition of the existing Greenhouse Building 101, construction of a new Data Center Building 151, and establishment of a fiber duct bank network across the campus. This solicitation will be a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with proposals due by March 14, 2025. The expected construction cost ranges from $20 million to $50 million, with a performance period of approximately 730 days post-notice issuance. Interested contractors must submit inquiries in writing via designated email addresses. This presolicitation notice outlines the VA's commitment to improving healthcare infrastructure through targeted and compliant construction practices, ensuring safety and operational efficiency in the facility's enhancements.
    This document serves as the first amendment to the solicitation number 36C77625R0025 issued by the Department of Veterans Affairs, specifically administered by the Program Contracting Activity Central. The amendment primarily aims to facilitate the bidding process by providing two vital resources: a site visit sign-in sheet (Attachment 01) and slides from a pre-proposal conference (Attachment 02). Both attachments are intended to assist offerors and bidders in understanding the project requirements and expectations. Notably, while this amendment adds crucial information, it does not alter any existing terms or conditions, including the submission deadline for proposals, which remains unchanged. The importance of this amendment lies in its role in reinforcing transparency and clarity for potential contractors involved in the bidding process for government contracts.
    The document is an official amendment for a solicitation by the Department of Veterans Affairs, specifically addressing the proposal timeline for contractors. The key purpose is to announce an extension of the proposal due date from April 22, 2025, at 3 PM CDT to May 7, 2025, at the same time. The amendment emphasizes that all other terms and conditions of the original solicitation, referenced as 36C77625R0025, remain unchanged. Additionally, responses to Requests for Information (RFIs) are anticipated, indicating ongoing discussions or inquiries related to the solicitation. The document underscores typical administrative procedures within federal procurement, such as acknowledging amendments and maintaining communication consistency. The involvement of a designated contracting officer further streamlines this process, ensuring accountability and clarity in the amendment's implementation. Overall, this reflects the federal government's structured approach to managing contracts and proposals effectively.
    The document serves as an amendment to a solicitation by the Department of Veterans Affairs for a contract linked to project number 36C77625R0025. The primary updates include the extension of the proposal submission deadline to May 9, 2025, at 15:00 CDT, and an update to wage rate determinations. Additionally, it responds to received RFIs (Requests for Information) and provides relevant attachments, including a site map and various reports related to hazardous materials. The amendment also involves the removal of specific FAR provisions and clauses related to employment and construction compliance and updates certain federal acquisition regulations to reflect deviated language pertinent to the solicitation. Notably, a new VAAR clause regarding compliance with Executive Order 13899 is introduced. These adjustments aim to ensure clarity and adherence to legal requirements while maintaining the integrity of the overall contract conditions. All terms from the original solicitation remain unchanged unless explicitly revised in this amendment, which ensures that bidders are informed accurately and can respond accordingly. The document reflects the VA's procedural standards and engagement with potential contractors in a structured procurement process.
    This document serves as the fourth amendment to solicitation number 36C77625R0025 of the Department of Veterans Affairs, consolidating updates and clarifications regarding the procurement process. The primary focus of this amendment is to provide a revised version of Attachment 27 without highlights or tracked changes previously provided in Amendment 0003 dated April 28, 2025. The proposal submission deadline remains unchanged. Relevant details include the identification of the contracting officers, with Jennifer Braaten listed as the Contracting Officer facilitating the amendment. The overarching aim is to ensure clarity in the solicitation process while preserving all other terms and conditions as unchanged. This amendment reflects standardized procedural practices in federal contract management and RFP processes, emphasizing transparency and ease of understanding for potential contractors.
    This document serves as an amendment to a solicitation under the Department of Veterans Affairs, specifically concerning proposal submissions for project number 36C77625R0025. The primary purpose is to extend the deadline for receipt of offers from May 9, 2025, at 3:00 PM CDT to May 14, 2025, at the same time. All other terms and conditions of the original solicitation remain unchanged. The amendment is issued by the Program Contracting Activity Central, located in Independence, OH, and is signed by the contracting officer, Jennifer Braaten. This document is essential as it informs potential offerors of the extended deadline for bid submissions while ensuring they acknowledge receipt of the amendment to avoid rejection of their offers. The structure includes various identifiers and fields relevant to the contract and its modifications, emphasizing the importance of compliance with federal procurement procedures.
    The document outlines a pre-proposal conference for Project 679-20-104, focused on EHRM Infrastructure Upgrades at the Tuscaloosa VA Medical Center in Alabama. The conference, scheduled for March 19, 2025, aims to provide offerors insight into the project scope, which includes extensive upgrades to electrical systems, HVAC, communication infrastructures, and the construction of a new stand-alone data center. Interested parties must submit questions in writing by March 28, 2025, and proposals are due by April 22, 2025. Key proposal instructions highlight the importance of a three-volume submission format, detailing technical and price proposals along with administrative requirements. A focus is placed on the offeror’s past performance to evaluate their capability, requiring details about previous projects of similar scope. The evaluation process will consider both past performance and pricing, ensuring compliance with regulations like bid guarantees and performance bonds. The objective is to facilitate offerors' understanding of project requirements and encourage engagement prior to bidding, reflecting the federal government's structured approach to ensuring successful infrastructure upgrades at the VA facility while boosting competition among contractors.
    The Department of Veterans Affairs (VA) is soliciting proposals for the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, aimed at enhancing existing facilities and infrastructure. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The successful contractor will be responsible for comprehensive construction services, including demolition, electrical upgrades, communications infrastructure, and physical security enhancements, all within a contract range of $20 to $50 million. The contractor must adhere to stringent bonding requirements and submit several proposal documents, including technical and price proposals, formatted specifically for evaluation. A significant focus is placed on past performance, emphasizing relevant experience in similar projects and the importance of meeting detailed submission criteria. Additionally, bidders must participate in a mandatory pre-proposal site visit to familiarize themselves with the project site. The contract will be awarded based on the best value to the Government, balancing price and past performance. Contractors are encouraged to assist fellow veteran-owned enterprises in obtaining necessary bonding. The document outlines compliance requirements, tax responsibilities, and the necessity for thorough proposal organization, ensuring clarity and adherence to federal procurement regulations.
    The Veterans Affairs (VA) project 679-20-104 focuses on significant upgrades to the EHRM Infrastructure at the Tuscaloosa, AL facility. The contractor is responsible for all materials, supervision, and labor involved in demolishing existing structures and implementing new infrastructure, including electrical systems, HVAC upgrades, physical security enhancements, and the construction of a new Data Center (Building 151), along with the demolition of the Greenhouse Building (101). The project encompasses extensive sitework and utility connections, with an emphasis on safety and compliance with VA regulations, local codes, and environmental standards. The work period is designated for 730 calendar days following the Notice to Proceed, with specific working hours established. It entails strict requirements for employee safety, site visibility, and adherence to VA's security protocols. The contractor must also ensure proper waste disposal and maintain cleanliness during the project. Upon completion, the contractor guarantees a one-year warranty on workmanship and materials. This initiative illustrates the VA's commitment to enhancing its operational capacity and infrastructure resilience in delivering services to veterans.
    The document outlines the guidelines and requirements for submitting contractor submittals related to various construction projects under federal and local government contracts. It specifies the necessary forms, action codes (approval, disapproval, etc.), and emphasizes the importance of detailing specifications for each submission. It includes a comprehensive checklist of required documentation, such as safety plans, construction schedules, tests, and compliance certifications, categorized by relevant sections such as general requirements, project schedules, safety measures, and quality control. Additionally, it highlights the protocol for approving adjustments or deviations from the stated contract requirements and mandates the submission of multiple copies of each document for review by authorities. The structure serves to ensure all contractors adhere to federal standards, align with safety regulations, and provide a clear framework for project tracking, operational readiness, and compliance. The emphasis on detail and organization reflects the government’s commitment to quality and oversight in public expenditure and operational integrity.
    The document outlines the site plan and building schedule for the Tuscaloosa Veterans Affairs Medical Center (VAMC), detailing a comprehensive array of facilities and structures designed to support healthcare services and administration. Key elements include the main research building, administrative offices, addiction rehabilitation facilities, community living centers, various outpatient clinics, and transitional housing options. Notably, the plan features essential infrastructure elements such as water tanks, maintenance shops, and emergency power generation facilities. The site also emphasizes green spaces and community engagement through features like chapels and residential cottages. This multi-faceted approach underscores the VA's commitment to improving healthcare access and rehabilitation services, while ensuring compliance with federal requirements. The layout incorporates strategic positioning for operational efficiency, enabling a holistic environment to cater to veterans' needs. The document serves as a foundational framework for potential contractors and grant applications aimed at enhancing the VAMC's facilities in alignment with federal regulations and community-focused initiatives.
    The Geotechnical Engineering Report for the new Data Center at Tuscaloosa VAMC outlines findings from subsurface exploration and provides essential recommendations for construction. Conducted by Terracon on July 20, 2023, the report details soil conditions, groundwater levels, and seismic site classification. The project involves demolishing an existing greenhouse and constructing a 3,500-square-foot data center. Key project recommendations include proper earthwork, subgrade preparation, foundation design, and considerations for floor slabs and pavements, ensuring stability and longevity against varying site conditions. The report emphasizes implementing effective drainage to prevent soil movement that could cause structural issues. Successful construction is contingent on adhering to the outlined geotechnical recommendations, particularly regarding excavation and backfilling practices. Overall, the findings inform stakeholders about necessary site preparation, material selection, and construction techniques for project success, aligning with federal and state regulatory requirements. This report serves as a crucial reference for ongoing and future construction activities in the area.
    The document outlines compliance requirements for subcontracting as per VAAR 852.219-75, specifically regarding limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that contractors can only subcontract up to 85% of received payments to non-certified firms, ensuring a significant portion of the contract work is done by certified SDVOSBs or VOSBs. The contractor must provide documentation to the VA to verify compliance, including invoices and subcontract details, and failure to do so may lead to penalties, including suspension and fines. The offeror must also complete a certification regarding compliance upon submitting their bid, which must be signed and returned as part of the proposal. This regulation is essential for promoting equity and fair play in government contracting, specifically protecting the interests of veteran-owned businesses.
    The document outlines the wage determination for federal construction projects in Alabama, specifically Tuscaloosa County, under General Decision Number AL20250098. It indicates that contracts for building construction—excluding single-family homes and small apartments—must comply with the Davis-Bacon Act and associated Executive Orders regarding minimum wage rates. Effective January 30, 2022, contractors are required to pay covered workers either $17.75 per hour or the applicable wage rates listed, reflecting an increase based on the most recent determinations. The document details various classifications of workers (e.g., plumbers, electricians, and laborers), along with their respective wage rates and fringe benefits. It also specifies procedures for wage determination appeals and conformance requests when classifications are unlisted. This document serves as a crucial resource for ensuring contractors adhere to federal wage standards and protect worker rights on government-funded construction projects. The inclusion of specific wage rates highlights the government's commitment to fair labor practices in public contracts.
    The document involves a request for proposals (RFPs) and grants related to governmental initiatives, examining opportunities at the federal, state, and local levels. The core focus is on funding provisions for various projects aimed at enhancing public services, infrastructure improvement, and community development. Key ideas explore the procedures for submitting proposals, eligibility requirements for applicants, and specific project goals that align with governmental priorities. Important aspects include the need for innovative solutions to address local challenges, the facilitation of collaboration among stakeholders, and adherence to statutory regulations. The document emphasizes the commitment of governmental bodies to foster growth through targeted funding while ensuring transparency and accountability in the allocation of resources. Overall, the essence captured is the procedural framework and strategic alignment required for organizations seeking financial support through RFPs and grants, highlighting the imperative for clear communication and thorough preparation in proposal submissions.
    The Veterans Health Administration (VHA) is seeking to undertake the EHRM Infrastructure Upgrades Construction project at the Tuscaloosa VA Medical Center, with a firm-fixed price contract anticipated between $20 million and $50 million. This Justification and Approval (J&A) document supports a limited competition procurement for specific construction materials, particularly Corbin Russwin door hardware incorporating Assa Abloy Medeco CLIQ X4 cylinders. The standardized brand-name requirement ensures compatibility with the existing electronic keying system, vital for security. The acquisition action cites the limitation of competition under the authority of 41 USC §3304(a)(1) since only one responsible source meets the agency's requirements. Efforts to solicit offers also indicate a service-disabled veteran-owned small-business set-aside. The document includes details on market research to verify fair pricing and underscores the importance of maintaining uniformity in operational systems, given there are currently no competing vendors with the necessary technology compatibility. This initiative reflects the VA's commitment to modernizing its facilities while ensuring operational integrity and security.
    Corbin Russwin, a leader in the door hardware industry since 1839, offers a wide range of high-quality security solutions tailored for institutional environments, including healthcare, educational, and government facilities. Their product lineup includes bored and mortise locks, exit devices, electronic access control products, and door closers, all designed for durability and reliability. Key innovations like the SecureBolt® exit device and Access 3 key system meet stringent safety standards, providing peace of mind to facility managers and building owners. The company's modern manufacturing facility in Berlin, CT, employs advanced technologies and follows lean and Six Sigma methodologies, ensuring consistent quality that meets ISO 9001 standards. Corbin Russwin is also committed to sustainability, with products that support LEED certification, end-of-life recycling programs, and a solar farm to reduce energy consumption. Their comprehensive support includes applications assistance and consulting for architectural specifications, making them a preferred choice in the market. This document emphasizes Corbin Russwin's commitment to quality, innovation, and environmental responsibility, reinforcing its position as a key provider for government and institutional RFPs.
    The document is an extensive estimate worksheet associated with a construction program led by the Department of Veterans Affairs. It is tailored for assessing project costs across various divisions, covering a range of construction activities including special sections, general requirements, concrete, plumbing, HVAC, and more. Each division includes segmented sections for labor, materials, quantities, units, and financial totals, with fields left blank, indicating a preliminary design status. The purpose of this worksheet is to serve as a structured guide for estimating and planning construction expenditures for VA projects. It ensures comprehensive accounting of costs associated with various construction activities while adhering to relevant federal standards. Each division is methodically organized, allowing for meticulous tracking of financial elements and facilitating the administrative aspects required for federal grants and RFP accountability. This estimate worksheet is a critical tool in the planning and budgeting phases of construction projects, reflecting guidelines necessary for compliance with federal requirements while improving the operational efficiency of facilities for veterans. Overall, the document underscores the VA's commitment to transparency and accountability in managing construction projects through detailed financial estimations.
    The document outlines a comprehensive site plan for the Tuscaloosa Veterans Affairs Medical Center (VAMC), focusing on the construction and renovation of various facilities designed to support veteran healthcare services. It details a range of buildings such as the Community Living Center, Administrative Offices, Research/Boiler Plant, and Transitional Homes, which are integral to providing care and rehabilitation services for veterans in the area. Each listed structure serves specific functions, including medical treatment, administration, and support services like addiction rehabilitation and dietary facilities. Key features include the installation of generator buildings for power reliability and water tanks to ensure adequate resource management. This site plan is likely part of broader federal grant initiatives aimed at improving veteran care infrastructure, highlighting the government's commitment to enhancing the quality of life for those who have served. The document serves as a foundational reference for stakeholders involved in the planning, funding, and execution of this healthcare modernization project.
    The Lead-Based Paint Inspection and Assessment Report for the Veterans Affairs Medical Center (VAMC) in Tuscaloosa, AL, conducted by Safety Environmental Laboratories and Consulting, Inc., evaluates the presence of lead-based paint (LBP) across 19 buildings on campus. The inspection aimed to identify lead content in painted surfaces and determine necessary remediation strategies. Historical reports were reviewed, and a visual and analytical methodology followed EPA and HUD guidelines. A total of 1,632 readings were taken using X-Ray Fluorescence (XRF) technology, yielding significant findings: many surfaces, including ceilings, walls, and windows, exhibited lead concentrations above regulatory thresholds. The report provides detailed results for each building, flagging areas of damaged or deteriorated LBP. Guidelines for worker protection in compliance with OSHA standards are also outlined. The findings underscore the need for effective management and abatement strategies to safeguard health, especially given the age of the buildings and their unoccupied nature concerning children. Overall, this report serves as a crucial reference for future renovation initiatives and compliance with lead safety regulations within federal facilities.
    The document outlines the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, which aims to enhance electrical systems in conjunction with housing improvements. The plan involves extensive demolition and upgrades, including the removal and installation of electrical systems per federal and local electrical codes. Detailed specifications are provided for wiring, circuit breakers, and junction boxes, emphasizing the importance of compliance with safety standards. Coordination with other trades regarding lighting fixtures, cable mounts, and electrical panels is essential. The project anticipates potential challenges and necessitates careful site assessments to ensure thorough execution while minimizing disruption to ongoing operations. This upgrade reinforces the VA's goal to improve facility infrastructure and ensure a safe environment for patients and staff, adhering to rigorous engineering and safety standards.
    The 2014 Three-Year Re-Inspection and Assessment Report, prepared by Safety Environmental Laboratories & Consulting, Inc. for the Department of Veterans Affairs, evaluates asbestos-containing materials (ACMs) across 16 buildings at the Tuscaloosa VA Medical Center. The assessment builds on earlier inspections conducted in 1991, 2002, and subsequent years, providing a detailed update on identified ACMs' conditions and newly discovered materials. The report outlines inspection methodologies, regulatory standards, and specific findings that categorize ACMs as either friable or non-friable, with recommendations for managing these materials. Key findings include the presence of friable ACM such as pipe insulation and HVAC duct tape, alongside non-friable materials like vinyl composition tiles and flooring mastics. The report stresses the importance of adhering to safety regulations and proper procedures for handling and abating ACM during future renovations or repairs to minimize health hazards. It concludes that most ACMs can be managed in place while highlighting locations needing immediate attention. This comprehensive analysis serves as a critical reference for ongoing maintenance and compliance efforts at the facility, ensuring a safe environment for occupants and personnel.
    The document outlines specifications for constructing fire-rated and sound-insulated walls, particularly in building projects requiring compliance with federal and state regulations. It details materials and assembly measures necessary for achieving a one-hour fire resistance rating (UL U465) and significant sound attenuation (STC ratings). Key components include metal studs, gypsum board, sound attenuation insulation, and fire sealants, all installed according to tested designs to ensure structural integrity and safety. The document specifies installation methods, such as using acoustic sealant and fastening techniques, which must meet recommended spacing and embedment depths for optimal performance. The emphasis on compliance with tested designs underscores its importance within the context of government RFPs and grants related to construction projects, focusing on safety, durability, and regulatory adherence.
    The document outlines the Statement of Special Inspections for Project P234, a Maintenance Hangar located in Anytown, VA, emphasizing compliance with seismic and wind assessments per applicable building codes. It details the design specifications, including a Project Seismic Design Category of E, a Risk Category of IV, and wind speed design criteria of 100 mph. The Special Inspector of Record (SIOR), John Doe, P.E., is responsible for overseeing critical structural and non-structural designated seismic systems (DSS) to ensure their functionality post-earthquake, including components like emergency power systems, gas lines, egress stairs, and fire sprinkler systems. The document specifies the inspection requirements and certification processes based on the Uniform Federal Standards and the International Building Code. It emphasizes the necessity for thorough inspections and documentation, which is vital for operational safety and regulatory compliance. The final inspection report must be maintained in the project’s Operations and Maintenance Manual, underscoring the commitment to safety and adherence to regulations throughout the development of this facility.
    The document outlines a list of supplies and equipment intended for procurement, targeted at various government health care and ADA compliance applications. Key items include a 1/4" polished float glass mirror designed for accessibility, a disposable soap dispenser, and a hands-free paper towel dispenser for enhanced hygiene. Additional offerings comprise stainless steel sanitary napkin disposal, grab bars, double garment hooks, toilet tissue dispensers, and various restroom fixtures such as wall-mounted lavatories and wall-hung toilets. Each item adheres to ADA requirements, ensuring accessibility and compliance in public restrooms and facilities. The structure of the document lists items using a coding system, detailing specifications and requirements to facilitate orderly procurement consistent with government standards. This procurement initiative falls within federal and possibly state/local RFP contexts, aimed at improving facility infrastructure and promoting public health safety and accessibility in accordance with regulations.
    The document outlines specifications for accessible restroom facilities, focusing on dimensions and installation requirements to meet regulatory standards under the Americans with Disabilities Act (ADA). Key aspects include guidelines for lavatories, water closets, grab bars, and various sanitary accessories aimed at ensuring usability for individuals with disabilities. Critical measurements are provided for components such as sinks and toilets, ensuring heights and clearances are appropriate for accessibility. Additionally, instructions for installation, insulation, and structural support, like blocking for grab bars, are emphasized to meet safety standards. Overall, this document serves as a technical reference for contractors or agencies responding to federal or state funding proposals that require accessible facility designs, ensuring compliance with legal standards for accessibility in public bathrooms. It reflects a commitment to inclusivity by providing specific, actionable guidelines to enhance accessibility in public restrooms.
    The document outlines a partial electrical site plan for Building 151 at a construction project managed by Specialized Engineering Solutions. It details the installation of a new 200-amp, 12470-volt radial connection to a new switch and the addition of a new transformer rated at 300KVA, transforming the voltage from 12470V to 277/480/3. It also specifies the need for cutting and patching the existing drive and coordinating downtime for a road closure with the Veteran Affairs (VA) Corps. The document emphasizes the importance of verifying all dimensions from appropriate sources before installation, adhering to specifications, and obtaining written permission for reproduction, highlighting its copyright protections. This document serves as a critical resource for contractors involved in the project, ensuring compliance with construction standards and effective coordination among trades.
    The RFP 36C77625R0025 pertains to the EHRM Infrastructure Upgrades project at the Tuscaloosa Veterans Affairs Medical Center. It outlines requirements for construction upgrades in several buildings, focusing on maintaining safety and operational functionality throughout the process. The document addresses various inquiries from contractors regarding project specifications, including finish schedules, infection control requirements, cabling, electrical pathways, and additional operational guidelines. Key aspects include the necessity for contractors to adhere to Infection Control Risk Assessment (ICRA) standards, ensure proper electrical and telecom pathways, and provide new equipment in compliance with existing systems. Significant considerations also involve the management of hazardous materials, such as lead and asbestos, which require contractors to prepare for potential abatement. The RFP emphasizes collaboration with VA personnel during construction, ensuring minimal disruption to hospital operations, and mandates detailed planning for cabling and equipment installation. The project requires adherence to various construction standards, including the Buy American Act, and outlines necessary site preparations, including laydown areas for contractor materials and equipment. The document reflects the VA's commitment to updating its healthcare infrastructure while prioritizing health, safety, and compliance with federal regulations.
    The document is a Request for Proposal (RFP) from the Department of Veterans Affairs for the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, valued between $20 million and $50 million. This RFP is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes a trade-off evaluation for contractor selection. Vendors must provide all necessary materials, labor, and equipment for project completion, focusing on demolishing and upgrading various infrastructure components, including electrical systems, HVAC, communication technology, and security measures. Proposals must be submitted electronically and divided into three volumes: Technical, Price, and Administrative, each with specific formatting and content requirements. Contractors are required to furnish bid and performance bonds and submit a recent past performance history to demonstrate capability. Key deadlines and requirements, including a formal site visit, highlight the importance of compliance with technical specifications and timelines. This initiative reflects the VA's commitment to enhancing healthcare infrastructure while fostering opportunities for veteran-owned businesses.
    The document outlines the fire protection system upgrades as part of the EHRM Infrastructure Upgrades project at the Tuscaloosa Veterans Affairs Medical Center. It details the necessary installation of new sprinkler heads and piping in compliance with NFPA 13 and local codes. The work encompasses assessing existing systems, implementing hydraulic calculations, and ensuring all fire protection work meets regulations from the state fire marshal and applicable authorities. A pre-design meeting is required for reviewing designs, and all installations must be coordinated with other technical systems to avoid conflicts. Specific guidance for sprinkler placements, including locations and types based on occupancy classifications, is emphasized to enhance safety and system effectiveness. The intent is to modernize the facility's fire protection infrastructure, ensuring comprehensive coverage while adhering to strict safety standards.
    The document outlines the EHRM Infrastructure Upgrades project at the Tuscaloosa Veterans Affairs Medical Center, focused on enhancing the facility's mechanical, plumbing, and fire suppression systems. Set to commence on March 8, 2024, this initiative mandates comprehensive assessments of existing conditions, including major demolition and installation of new equipment. It also involves adhering to stringent safety measures, infection control protocols, and environmental protections throughout the construction process. Detailed engineering plans will guide the work, ensuring compliance with VA standards while improving overall system reliability and maintenance accessibility. The project highlights the VA's commitment to modernizing its facilities, ensuring improved service delivery for veterans in line with regulatory requirements and safety practices.
    The document outlines the EHRM Infrastructure Upgrades project at the Tuscaloosa Veterans Affairs Medical Center, focusing on mechanical, plumbing, and electrical enhancements. It provides a comprehensive overview of architectural plans, specifications, and detailed engineering notes necessary for modernizing facilities while adhering to VA standards. Key activities include the installation, demolition, and integration of advanced mechanical systems such as HVAC, plumbing fixtures, and fire protection measures. Emphasis is placed on maintaining air quality, ensuring safety, and observing infection control protocols. The project involves close coordination among various engineering disciplines and must comply with specified requirements for access, maintenance, and operational efficiency. By prioritizing system efficiency and accessibility, this project reflects the VA's commitment to improving health facility infrastructure for better service delivery.
    The document pertains to the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, designated as Project Number 679-20-104. This initiative aims to enhance the facilities' structural integrity, focusing on renovations to mechanical, electrical, and plumbing systems in compliance with the latest building codes and VA standards. Key components include the construction of a fully sprinklered environment, with detailed construction documents ensuring safety and stability throughout the project. Responsibilities are highlighted for the contractor, emphasizing the necessity of code compliance, special inspections, and thorough coordination with various teams for all phases of construction. Additionally, there are explicit guidelines for material specifications and construction practices, ensuring durability and quality in the final structure. The document reflects the federal investment in veteran affairs by modernizing facilities to improve service delivery while adhering to stringent regulatory standards. This strategic upgrade is poised to enhance operational efficiency and service quality for veterans.
    The Telecommunications Demolition Project at the Tuscaloosa VA Medical Center seeks to upgrade the essential telecommunications infrastructure to enhance operational efficiency and compliance with regulatory standards. This project entails comprehensive removal of existing telecommunications pathways, including conduits, cable trays, and equipment across various buildings of the facility. The main focus is on ensuring that while existing systems are dismantled, they remain operational until the new infrastructure is properly installed, tested, and certified. Engineers from Atriax, PLLC, and Wiley|Wilson, who are retained for this project, will collaborate with the U.S. Department of Veterans Affairs to ensure that the demolition process adheres to all safety protocols and minimization of service disruption. Plans include thorough documentation of all existing systems and a phasing narrative to guide the transition between the old and new infrastructure, with an emphasis on preventing any service lapses during the upgrade. This project reflects the VA's commitment to modernizing its facilities, emphasizing regulatory compliance and operational effectiveness in providing services to veterans.
    The document pertains to the EHRM Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, aimed at enhancing telecommunications and security systems within the facility. It outlines the requirements for installing new telecommunication pathways, including a network of conduits and cabling to improve connectivity and support a robust electronic security system. The upgrades involve significant coordination between various engineering and construction teams to ensure adherence to VA regulations and safety standards. All backbone cabling must be installed in accordance with established guidelines, ensuring diverse routing to maintain system integrity. The project emphasizes the importance of structured installation practices, material specifications, and proper documentation for a fully operational system within the VA's infrastructure. Overall, this initiative reflects the VA's commitment to upgrading and modernizing their facilities to enhance service delivery for veterans.
    The document outlines detailed construction specifications for the Telecom Rooms and New Data Center project at the Tuscaloosa VA Medical Center, identified as project number 679-20-104, scheduled for completion in March 2024. It emphasizes infrastructure upgrades, particularly related to the EHRM system. The specifications cover various building and construction aspects organized into divisions, including general requirements, existing conditions, structural details, mechanical, plumbing, electrical, telecommunication systems, and fire protection. It details specific procedures for demolition, equipment installation, safety measures, and compliance with VA standards. The project underscores a commitment to modernizing healthcare facilities while ensuring safety and regulatory adherence, making it a significant component of government efforts for improved infrastructure in veteran services. The comprehensive listing of division specifications and drawing sheets illustrates the project's complex nature and the necessity for coordinated execution across multiple construction disciplines.
    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.
    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.
    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--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.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@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.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.