ContractPresolicitationService-Disabled Veteran-Owned Small Business Set Aside

Z1DA--Update Patient Wifi 610A4-25-226

DEPARTMENT OF VETERANS AFFAIRS 36C25026B0012
Response Deadline
Mar 18, 2026
2 days left
Days Remaining
2
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking qualified contractors to update the patient Wi-Fi system at the VA Northern Indiana Health Care System located in Fort Wayne, Indiana. The project involves replacing outdated routers, installing new access points, switches, and antennas across multiple buildings, and ensuring seamless integration of the new equipment with the existing network infrastructure. This upgrade is crucial for enhancing connectivity and service delivery to patients and staff within the facility. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 4, 2026, at 1:30 PM EST, and can direct inquiries to Contract Specialist Eric Sweatt at eric.sweatt@va.gov. The estimated contract value ranges between $25,000 and $100,000, with a performance period of 90 calendar days from the Notice to Proceed.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

13 Files
Attachment VI - Drawings - Update Patient WiFi.pdf
PDF1412 KB2/27/2026
AI Summary
This document outlines a comprehensive infrastructure upgrade project across Building 1, Building 2, and Building 8, detailing existing layouts and planned installations. For Building 1, the first floor includes new access points (AP 1-10), a TR Room with consoles, switches, a firewall, and a server. The second floor focuses on additional access points (AP1-4) with one switch and CAT6A cabling for a third-floor router. The third floor specifies a new antenna and router with CAT6A cabling, while the fourth floor adds switches and multiple access points (AP 1-2, 4-11). Building 2's first floor involves new access points (AP 1-3), a router, and a repeater with CAT6A cabling. Building 8 is slated for a new antenna, rack, router, and switch, all supported by CAT6A cabling. The project aims to modernize network infrastructure across these buildings.
Attachment V - Standards Specification.pdf
PDF574 KB2/27/2026
AI Summary
This government file outlines general requirements for federal construction projects, focusing on safety, site preparation, security, and project management. Key aspects include comprehensive safety protocols, site-specific security plans, strict control over sensitive information and access, and detailed procedures for handling utilities and site operations to minimize disruption to existing facilities. The document also emphasizes the contractor's responsibility for developing and maintaining a Critical Path Method (CPM) project schedule, providing detailed cost data for all work activities, and adhering to strict timelines for submittals and approvals. Warranty management is a critical component, requiring a detailed plan, prompt response to defects, and clear communication with the Contracting Officer. The contractor is also responsible for proper disposal of materials, protection of existing infrastructure, and restoration of disturbed areas to their original condition.
Attachment III - Davis-Bacon.pdf
PDF122 KB2/27/2026
AI Summary
The General Decision Number IN20250002, effective September 19, 2025, outlines prevailing wage rates for building construction projects in Indiana, excluding single-family homes and apartments up to four stories. It covers numerous counties including Adams, Allen, Bartholomew, and others. The document emphasizes compliance with the Davis-Bacon Act and Executive Orders 14026 and 13658, which mandate minimum wage rates for covered federal contracts. Contracts entered into on or after January 30, 2022, or renewed/extended after this date, require a minimum of $17.75 per hour in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, without renewal, require a minimum of $13.30 per hour in 2025. The wage rates are subject to annual adjustments, and contractors must submit conformance requests for unlisted classifications. The document details specific wage and fringe benefit rates for various trades like asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, and painters across different county groups, with various modification numbers and publication dates indicating updates throughout 2025. It serves as a critical reference for fair compensation and regulatory adherence in government construction projects.
Attachment II - Update Patient WiFi.pdf
PDF1412 KB2/10/2026
AI Summary
The document provides detailed floor plans for Building 1 (1st, 2nd, 3rd, and 4th floors), Building 2 (First and Second Floor Plans), and Building 8, outlining existing infrastructure and proposed technology upgrades. Across all buildings, the plans indicate the placement of Access Points (AP #), along with specific equipment installations such as consoles, switches, firewalls, and servers in Building 1. The 2nd floor of Building 1 also notes an access point to be removed and CAT6A cabling for a router on the 3rd floor. The 3rd floor specifies a new antenna and router with CAT6A cabling. Building 2 details the installation of a repeater, a router, an antenna, and CAT6A cabling. Building 8's plan highlights the inclusion of an antenna, a rack, a router, a switch, and CAT6A cabling. The document serves as a comprehensive guide for federal government RFPs related to IT infrastructure upgrades, detailing the locations and types of network equipment and cabling required across multiple buildings.
Attachment I - VHA Directive 1192.pdf
PDF116 KB2/27/2026
AI Summary
VHA Directive 1192 outlines the Veterans Health Administration's policy for a seasonal influenza prevention program, aiming to achieve a 90% vaccination rate among healthcare personnel (HCP) by 2020. This directive mandates annual influenza vaccination for all HCP or, alternatively, the wearing of a face mask throughout the influenza season for those who decline vaccination. The policy defines HCP broadly, including employees, volunteers, trainees, and contractors, and specifies responsibilities for various VHA entities—from the Under Secretary for Health to individual facility staff—in implementing, tracking, and enforcing the program. It details procedures for notification, vaccination, declination, documentation, and masking requirements, emphasizing that non-compliance may lead to disciplinary action. The goal is to prevent influenza transmission in VHA facilities, particularly to vulnerable patient populations.
36C25026B0012_1.pdf
PDF615 KB2/27/2026
AI Summary
This government solicitation, 36C25026B0012, is an Invitation for Bids (IFB) issued by the Department of Veterans Affairs, Network Contracting Office 10, for the "Update Patient WI-FI" project (610A4-25-226) at the Northern IN VA Healthcare System, Fort Wayne, IN. The project involves replacing and installing Wi-Fi infrastructure, including access points, switches, routers, and antennas across Buildings 1, 2, and 8. The period of performance is 90 calendar days from the Notice to Proceed, with a construction magnitude between $25,000 and $100,000. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bids are due by March 4, 2026, at 1:30 PM EST, and a public bid opening will be held. Contractors must provide a bid guarantee, and performance and payment bonds are required for awards exceeding $30,000 and $150,000, respectively. Additional requirements include adherence to Buy American provisions, Construction Wage Rate Requirements, various VA Acquisition Regulation (VAAR) clauses, and compliance with security, privacy, and environmental regulations. Offerors must be registered in SAM and comply with E-Verify. Safety and environmental records, including Experience Modification Rate (EMR), are also required.
Attachment VIII - RFI Form-36C25026B0012.pdf
PDF101 KB2/27/2026
AI Summary
The Request for Information (RFI) 36C25026B0012, Project Number 610A4-25-226, is issued by the Department of Veterans Affairs, Network 10 Contracting Office, for the "UPDATE PATIENT WIFI" project. This project is located at the VA Northern Indiana Hospital Care System (NIHCS) in Fort Wayne, Indiana. The RFI requires contractors to thoroughly read all solicitation documents, specifications, and drawings before submitting questions or clarification requests. All inquiries must specifically identify the relevant specification or drawing numbers. Failure to comply with these requirements may result in delayed responses from the Government. The RFI also provides contact information for Eric Sweatt, the Contracting Officer.
Attachment IV - Contractor EMR Certification Form 610A4-25-226.pdf
PDF136 KB2/27/2026
AI Summary
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is a critical document used in government procurement, likely for federal RFPs, to assess a contractor's safety and environmental performance. It requires detailed information from the past four years, including man-hours, OSHA 300 data (cases involving days away from work, restricted activity, or both), and the Days Away, Restricted, or Transferred (DART) Rate. Additionally, contractors must disclose any serious, willful, or repeat OSHA violations from the last three years, providing explanations for each. The form also requests copies of OSHA 300 and 300a Forms. Key administrative details include the company's six-digit North American Industrial Classification System (NAICS) Code (e.g., 238210 for electrical contractors), identification of the individual responsible for administering the company's Safety and Health Program, and the company's Insurance Experience Modification Rate (EMR). This comprehensive evaluation ensures that potential contractors meet specific safety and environmental standards before being awarded government projects, mitigating risks and promoting compliance.
36C25026B0012.docx
Word25 KB2/27/2026
AI Summary
The Department of Veterans Affairs (VA) is issuing a presolicitation notice (Solicitation Number: 36C25026B0012) for a project to update the patient Wi-Fi system at the VA Northern Indiana Health Care System – Fort Wayne Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves replacing old routers, adding extenders or Mesh to the existing Wi-Fi network, and integrating new equipment seamlessly. The scope of work includes replacing and installing various Wi-Fi components such as access points, firewalls, switches, servers, and antennas across multiple buildings (Buildings 1, 2, and 8) on the campus. Specific equipment requirements include Ruckus R650 access points and ICX 7150 switches or equivalents. The contractor is responsible for providing all labor, materials, supervision, quality and safety measures, and ensuring compatibility of all installed materials. Additional requirements include coordinating with subcontractors, providing safety plans, construction schedules, and submittals, and returning replaced equipment to VANIHCS Engineering. The period of performance is 90 calendar days from the Notice to Proceed, with specific work hours for Building 8. Contact for this solicitation is Eric Sweatt at eric.sweatt@va.gov.
36C25026B0012 0001 Amendment.pdf
PDF97 KB2/10/2026
AI Summary
This amendment to solicitation 36C25026B0012, for the "UPDATE PATIENT WIFI" project at the Richard L. Roudebush VA Medical Center, addresses several key areas. Its purpose is to add questions and answers, correct the site visit location, and include an attachment (Attachment VII – RFI Form). The amendment clarifies that all equipment must be Trade Agreements Act (TAA) compliant and that there is no requirement for website or content filtering. It confirms that the directional Wi-Fi antenna will be mounted on the building's exterior to bridge service to Buildings 1, 2, and 8, and that existing fiber connectivity between buildings is not available. The contract awardee is responsible for providing all necessary lift equipment. Under NAICS code 238210, the primary contractor must perform at least 25% of the contract cost, excluding materials. The site visit has been corrected to the VA Northern Indiana Health Care System, Fort Wayne Campus, on February 12, 2026, at 10:30 AM Eastern. All other terms and conditions of the solicitation remain unchanged.
Attachment II - Update Patient Wi-Fi - Specifications.pdf
PDF544 KB2/27/2026
AI Summary
The Department of Veterans Affairs (VA) has issued master specifications for construction work, particularly for the “Update Patient WiFi” project at a Medical Center. This document outlines general requirements, safety protocols, and communications installation standards. Key aspects include comprehensive site preparation, demolition, labor, and material provision by the contractor, strict adherence to VA security management programs, and obtaining necessary permissions. The project emphasizes construction security, requiring a detailed security plan, controlled access, and stringent document control for sensitive information. Operational guidelines mandate minimal disruption to the Medical Center’s functions, adherence to phasing schedules for occupied buildings, and proper disposal or retention of materials. Contractors must provide as-built drawings, a warranty management plan including a pre-warranty conference, and ensure utility services are managed efficiently. The safety requirements section is extensive, detailing applicable publications, definitions of key safety personnel (Competent Person, Site Safety and Health Officer), submittal requirements for an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), regulatory compliance, training, inspections, mishap reporting, and personal protective equipment (PPE). Specific provisions for fire safety, fall protection, scaffolds, and ladders are also included, with an emphasis on stringent adherence to OSHA and VA standards.
36C25026B0012 0002 Amendment.pdf
PDF113 KB2/27/2026
AI Summary
This amendment to solicitation #36C25026B0012, issued by the Department of Veterans Affairs, provides clarifications and answers to 21 questions from potential offerors regarding the "UPDATE PATIENT WIFI" project at the VA Northern Indiana Health Care, Fort Wayne Campus. Key clarifications include dust control measures for installation, specifications for CAT6A cabling, availability of existing cable pathways and racking, and confirmation that the contractor is not expected to supply UPS power or manage the network post-installation. The amendment also addresses the possibility of recommending equivalent products to the specified R650 APs and ICX 7150 switches, with the caveat that alternative solutions may require a Federal Information Technology Acquisition Reform Act (FITARA) review. Preferred makes and models for unspecified equipment like Wi-Fi repeaters, firewalls, and routers are provided. The amendment confirms the Trade Agreements Act (TAA) applies to all products, equipment, and services and clarifies that the contractor is responsible for supplying all materials, not the VA. A site visit is not mandatory but highly recommended.
36C25026B0012 0001 Amendment-A.pdf
PDF97 KB2/27/2026
AI Summary
This amendment to solicitation 36C25026B0012, for the "UPDATE PATIENT WIFI" project at the VA Northern Indiana Health Care System, clarifies several aspects of the project. It adds questions and answers regarding Trade Agreements Act (TAA) compliance, network content filtering (not required), directional Wi-Fi antenna installation (exterior, bridging to Buildings 1, 2, and 8), existing fiber connectivity (none, the antenna provides it), and the contractor's responsibility to provide lift equipment. The amendment also corrects the site visit location and time to the Fort Wayne Campus, Building 4, Room 103, on February 12, 2026, at 10:30 AM Eastern, and includes Attachment VII – RFI Form. The primary contractor must perform at least 25% of the contract cost, excluding materials. All other terms and conditions remain unchanged, and there is no extension of the offer receipt date.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 18, 2025
amendedAmendment #1· Description UpdatedDec 31, 2025
amendedAmendment #2Jan 26, 2026
amendedAmendment #3Feb 2, 2026
amendedAmendment #4Feb 10, 2026
amendedAmendment #5Feb 10, 2026
amendedLatest AmendmentFeb 27, 2026
deadlineResponse DeadlineMar 18, 2026
expiryArchive DateApr 2, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)

Point of Contact

Contract Specialist
Eric Sweatt

Place of Performance

Fort Wayne, Indiana, UNITED STATES
Department of Veterans Affairs Northern Indiana Health Care

Official Sources