Project 573A4-21-700 EHRM Infrastructure Upgrades construction project at the Lake City, FL VAMC
ID: 36C77625B0006Type: Solicitation
AwardedAug 5, 2025
$21.4M$21,390,496
AwardeeTL Services, Inc. Riverview FL 33578 USA
Award #:36C77625C0067
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the EHRM Infrastructure Upgrades construction project at the Lake City VA Medical Center in Florida. This project, designated as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to enhance the facility's infrastructure, including critical upgrades to electrical, HVAC, plumbing, and telecommunications systems, with an estimated contract value between $20 million and $50 million. The successful contractor will be responsible for providing all necessary labor, materials, and supervision to complete the project within 1,095 calendar days after the notice to proceed, with a bid submission deadline set for July 8, 2025, at 1 PM EDT. Interested parties can reach out to Jason Philip at Jason.Phillip@va.gov or Bridget May at bridget.may@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for low-voltage electrical power conductors and cables to be used at the Malcom Randall VA Medical Center. It covers the installation, connection, and testing of electrical systems rated at 600 volts and below. Key sections detail related work, quality assurance measures, and required submittals, including shop drawings and certifications confirming compliance with applicable standards. Specific product requirements dictate that all conductors must be copper with stranded construction, and insulation types must adhere to established norms, including color coding for various voltage levels. The document also includes instructions on splicing, connector types, control wiring, and cable installation methods to ensure electrical safety and performance. Further, the guidelines emphasize the importance of identification for conductors and rigorous testing procedures before the systems are connected to utilization devices. Overall, the document serves as a critical resource for ensuring compliant and safe electrical installation practices within the VA medical facility, demonstrating adherence to national and industry standards.
    The document outlines the requirements for grounding and bonding electrical systems at the Malcom Randall VA Medical Center. It specifies the necessary components, installation practices, and testing protocols for grounding equipment, emphasizing compliance with the National Electrical Code (NEC) and various other standards. Key sections include the installation of grounding conductors, techniques for electrical bonding of metallic structures, and adherence to quality assurance protocols. The document details the necessary submittals, including shop drawings and test reports, along with applicable standards from organizations such as ASTM, IEEE, NFPA, and UL. It also provides guidelines for the installation of grounding connections in various scenarios, including inaccessible locations and patient care areas. Grounding system resistance must not exceed 5 ohms, and acceptance checks through testing must be performed before energizing the system. Overall, this document serves as a critical guideline for ensuring safe and compliant electrical installations within VA medical facilities, reflecting the government's standards in infrastructure management and safety protocols.
    The file details specifications for the provision and installation of raceways and boxes for electrical systems at the Malcom Randall VA Medical Center. It covers the general requirements, related construction work, and quality assurance needed to ensure proper electrical installation. Key components outlined include the types of conduit materials (e.g., rigid steel, intermediate metal conduit, flexible metal, and PVC conduits), their respective fittings, and installation techniques. The specification emphasizes compliance with various electrical codes and standards, including those from ANSI and UL. Additional areas addressed include submittals required from contractors, such as shop drawings and product certifications, as well as detailed installation practices to ensure safety and functionality. Special considerations for specific locations, including wet or hazardous environments, are discussed, highlighting the need for appropriate sealing and support structures. The document serves as a guideline for contractors in executing electrical installation projects while maintaining safety, compliance, and integration with broader construction efforts in government infrastructure upgrades.
    This file outlines specifications for the furnishing, installation, and connection of panelboards in accordance with electrical installation standards. It details related works, quality assurance protocols, submittal requirements, applicable publications and standards, and product specifications regarding panelboard features. Key components include electrical ratings, mounting details, protection from seismic forces, and compliance with safety regulations such as the National Electrical Code (NEC) and Underwriters Laboratories (UL) standards. Specific installation procedures emphasize the importance of proper anchorage, circuit verification, and maintenance manuals for compliance. Additionally, the document mandates visual inspections and rigorous testing procedures to ensure operational efficacy. Overall, it serves as a comprehensive guide for contractors involved in government-funded electrical installations, ensuring adherence to safety standards and functional requirements in project execution.
    The document outlines the requirements for wiring devices at the Malcom Randall VA Medical Center, detailing specifications for the furnishing, installation, connection, and testing of electrical systems. It references related work in other sections, emphasizing compliance with safety and quality standards such as the National Electrical Code (NEC) and various standards from the National Fire Protection Association and Underwriter’s Laboratories. Key components include submission of shop drawings, manufacturing certifications, and maintenance manuals. The document specifies several types of receptacles, including hospital-grade duplex receptacles, GFCIs, and weatherproof variants, highlighting their unique characteristics and safety features. Installation requirements mandate adherence to NEC guidelines, positioning of devices, and thorough inspections, including tests for GFCI units in patient care areas. Overall, this comprehensive specification serves to ensure safe and compliant electrical installations within healthcare facilities, aligning with federal and state RFP guidelines to maintain high operational standards and patient safety.
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract concerning the Electronic Health Record Modernization (EHRM) project at the Lake City VA Medical Center in Florida. The project aims to upgrade the facility's infrastructure to support the new EHRM system by replacing all existing data infrastructure, including data center equipment, telecom rooms, and data connections to all outlets. Existing equipment will be removed and cannot be reused due to the scope of the project. The solicitation, classified under NAICS code 236220, will be set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $20 million and $50 million. The bids will be evaluated per federal guidelines, with the solicitation expected to be issued in early April 2024 and a performance period of approximately three years from the Notice to Proceed. Questions about the project must be written and sent to the contact person, Jason Phillip, via email. This presolicitation notice serves to inform potential bidders about upcoming opportunities within government contracting for the modernization of veteran healthcare infrastructure.
    The document outlines a site visit meeting for the Lake City VA Medical Center's EHRM Infrastructure Upgrades project, scheduled for Wednesday, April 23, 2025. The main purpose of the meeting is to gather relevant stakeholders, including contractors and representatives from various companies, to discuss the infrastructure enhancements needed for the project labeled 573A4-21-700. Attendees must provide their contact information, including phone numbers and emails, ensuring clear communication throughout the project's lifecycle. The emphasis is on collaboration and professional engagement among participants to foster a successful upgrade process. The project aims to modernize the medical center's electronic health record management systems in compliance with federal standards, underscoring the government's commitment to improving healthcare delivery through technological advancements. Overall, this documentation serves as a preliminary organization step in the government's request for proposal process, facilitating essential dialogue prior to the initiation of infrastructure enhancements.
    The Addendum No. 1 for the EHRM Infrastructure Upgrades project at the VA Lake City, FL, addresses modifications to the original project drawings and specifications in response to contractor inquiries. The document includes references to various attachments for detailed design elements, including site water distribution plans, topographic surveys, and utility trenching details that have been amended to incorporate several responses to Requests for Information (RFIs) from bidders. Specifications have been updated to include new project management guidelines, asbestos abatement procedures, and lead paint removal protocols. Further revisions involve modifications to electrical and masonry specifications, focusing on compliance with safety and building codes. A comprehensive understanding of the project's context reflects the federal initiative to enhance healthcare infrastructure while adhering to regulatory standards. This addendum is essential in providing clarity and direction for the bidding process and ensuring that all contractors work under updated conditions and requirements for their proposals.
    The document outlines the Technical Questions and Responses for the EHRM Infrastructure Upgrades Project at the Lake City, FL VA Medical Center. It addresses various technical inquiries concerning the project, particularly focusing on specifications for fiber optic cable, data outlets, project management requirements, and existing equipment connections. A significant point is the clarification that hybrid fiber optic cables are not permitted, with specific guidelines provided for the installation of separately sheathed cables. The responses also confirm details about the construction process, such as the necessity for web-based project management software, the classification of existing systems under the project scope, and the regulations surrounding hazardous materials like asbestos and lead paint. Additionally, the document discusses the anticipated timelines for the contractor's badging process and parking arrangements. This thorough response document is crucial for ensuring compliance with VA standards and facilitating smooth construction operations during the upgrades.
    This document serves as an amendment to a federal solicitation, specifically for Department of Veterans Affairs contract 36C77625B0006, effective April 11, 2025. Its primary purpose is to provide the Site Visit sign-in sheet, which is crucial for tracking attendance and participation in the project associated with the contract. The amendment emphasizes the requirement for offerors to acknowledge receipt to ensure validity in the solicitation process. It outlines methods of acknowledgment, including completion of specific forms or electronic communication. The contracting officer, Bridget May, has signed the document, affirming its authority derived from federal regulations. This amendment highlights essential procedures and communication protocols within the context of federal procurement processes, ensuring that all bids are compliant and that interested parties are appropriately informed.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, extending the bid due date to June 18, 2025, at 1 PM EDT. It specifies that the procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, requiring bidders to be certified as SDVOSB in the SBA’s VetCert database at both bid submission and award times. The amendment includes updated construction wage rates and revised clauses, as well as new specifications for electrical work. It emphasizes the reporting requirements for biobased products and services and outlines the contractor’s obligations concerning sustainable products and services. These updates ensure compliance with federal contracting requirements and stress the importance of sustainable practices in procurement. All prior terms and conditions remain unchanged, with the amendment focusing on bid management and specification updates essential for the contracting process. This initiative illustrates the commitment of the VA to support veteran-owned businesses while maintaining up-to-date contract standards and sustainability in government procurement.
    The document is an amendment to a solicitation by the Department of Veterans Affairs concerning project number 573A4-21-700 for construction services. The main purpose of this amendment is to extend the submission deadline for offers to July 8, 2025, at 1PM EDT. Additionally, it includes Addendum No. 1 and a tracking sheet detailing responses to technical questions from potential bidders. The amendment instructs offerors to acknowledge receipt prior to the new deadline and specifies that all other terms and conditions remain unchanged. After the bid opening, the Architect-Engineer (A-E) will provide a revised set of specifications and drawings that integrate all amendments and responses to help the VA finalize the contract. This document emphasizes the importance of meeting established deadlines and maintaining compliance with modified solicitation requirements.
    The document outlines an amendment to a solicitation for a contract with the Department of Veterans Affairs (VA), specifically from the Program Contracting Activity Central. The primary purpose of this amendment is to provide justification for a specific brand name required in the solicitation, which is essential for standardization and compatibility in the project's context. It indicates a procedural change in the contract where the awardee will receive a revised version of specifications and drawings after the bid opening. This document serves as a formal notice to all potential contractors regarding the changes made and the necessary actions for acknowledgment of the amendment, including the requirement to confirm receipt through various methods. Overall, this amendment illustrates the VA's ongoing efforts to maintain clarity and compliance in procurement processes while ensuring that all bidders are informed of the updated requirements.
    The document is an amendment related to the Lake City EHRM Infrastructure Upgrades project, issued by the Department of Veterans Affairs’ Program Contracting Activity Central. It outlines the key updates necessary for prospective bidders, including an updated brand name justification, revised construction wage rates, and details for a bid opening meeting via online platforms. The amendment emphasizes the importance of acknowledging the changes to the solicitation to prevent the rejection of offers. Alongside the amendment, attached documents provide detailed justifications and wage rate information pertinent to the project. Overall, this amendment serves to clarify modifications essential for contractors involved in the infrastructure improvement initiative, aiming to ensure compliance and transparency in the bidding process.
    The EHRM Infrastructure Upgrades project at the Lake City Veterans Affairs Healthcare System focuses on significant enhancements to the facility's infrastructure. The initiative is designed to improve various essential systems, including electrical, HVAC, plumbing, fire suppression, and communications. Detailed construction documents outline safety requirements, general intentions, and requirements for contractors to execute demolition and installation phases effectively. The project emphasizes compliance with VA standards and requires robust coordination and timing to prevent operational disruptions in a continuously occupied healthcare environment. Contractors are mandated to adhere to strict security protocols, submit pre-testing documents for systems, and maintain a clean construction area to protect existing structures and utilities. Additionally, the project includes provisions for warranty management, construction documentation, and photographic evidence of progress throughout the renovation phases. This undertaking reflects the VA's commitment to modernizing healthcare facilities while ensuring the safety and well-being of both patients and staff during construction efforts.
    The document pertains to the demolition and renovation plans for the Lake City VA Medical Center, focusing on enhancing existing access control and network infrastructure as part of the EHRM Infrastructure Upgrades Design project. It outlines the existing equipment configuration, including racks for various systems such as access control, telecom, and data networks, emphasizing the importance of maintaining operational status during demolition. Key directives include protecting existing infrastructure, coordinating outages with VA personnel, and removing specific network equipment while ensuring compliance with operational requirements. The document further details the necessary installation of new distribution equipment, with clear guidelines for connectivity among existing and new systems. Overall, this project aims to modernize the facility's IT infrastructure while adhering to safety and operational standards set forth by the U.S. Department of Veterans Affairs.
    The document outlines the existing conditions and planned upgrades for the infrastructure at the Lake City Veterans Affairs Medical Center (VAMC) as part of the EHRM (Electronic Health Record Modernization) project. It provides demolition plans and requirements for various racks and systems, including fiber optic and data networks. The work includes maintaining functional existing systems, removing outdated network equipment, and ensuring protection against damage during construction. Notably, the project emphasizes the importance of coordinating with VA IT personnel to prevent disruptions in service and to identify equipment that must remain operational. The upgrades involve replacing or adding new cabling and distribution equipment, which must be carefully verified against existing conditions to ensure a fully operational system upon completion. The initiative highlights the VA's commitment to improving healthcare infrastructure while ensuring compliance with safety and operational standards.
    The document outlines the design and construction plans for the EHRM Infrastructure Upgrades at the Lake City Veterans Affairs Medical Center (VAMC). This project focuses on enhancing the data center's capacity and reliability by upgrading mechanical and electrical systems, including new telecommunications and network installations across various buildings. Key tasks involve careful demolition, installation of new equipment, and strategic coordination to ensure existing systems remain operational throughout the upgrades. The project plans emphasize the protection of existing equipment, adherence to safety standards, and thorough labeling and management of data cabling. Specific timelines and detailed instructions, including required equipment and installation practices, are provided for successful project execution. Overall, this initiative demonstrates the VA's commitment to modernizing infrastructure to support enhanced healthcare services.
    Terracon Consultants, Inc. conducted an asbestos and lead paint survey at the Department of Veterans Affairs Medical Center in Lake City, Florida, from November 13 to 16, 2023. The survey identified asbestos in six samples out of 291 collected, with materials found across various building structures, some dating back to 1918. Lead was detected in five samples from 36 tested paint combinations, mostly in separate satellite buildings. Key findings include the presence of both non-friable and friable asbestos-containing materials (ACM), which require specific removal protocols by licensed contractors. Recommendations include notifying the hospital of hazardous materials and adhering to OSHA guidelines during any renovations. The report serves to inform the client of the presence and risk of hazardous materials that must be managed prior to renovation efforts, ensuring compliance with federal regulations related to asbestos and lead exposure. This analysis aligns with federal and state requirements for safety and environmental health in construction and renovation projects.
    The VHA Pre-Construction Risk Assessment (PCRA) outlines essential procedures for assessing safety risks associated with construction, renovation, and maintenance activities within VA facilities. This template serves as a guideline to classify the type of activity and ascertain necessary precautions to safeguard patients, employees, and contractors. A detailed evaluation must incorporate work statements and drawings, with a focus on effective communication and coordination plans prior to physical activity commencement. Activities are categorized into three main types: inspection/upkeep, small-scale, and large-scale, each with specific control measures tailored to their risk levels. Control protocols include regular site inspections, hazard analysis, and coordination with adjacent areas to mitigate disruptions. Additionally, an Infection Control Risk Assessment (ICRA) is mandated for evaluating potential infection risks during the activities. This PCRA emphasizes rigorous planning and safety measures across all project phases, ensuring compliance with both infection control guidelines and construction protocols. By implementing these practices, the VHA aims to enhance safety standards and operational efficiency.
    The document outlines the general decision number FL20250008, which pertains to federal wage determinations for building construction projects in Columbia County, Florida. It emphasizes compliance with the Davis-Bacon Act, specifying minimum wage requirements dictated by Executive Orders 14026 and 13658 for contractors. If contracts are awarded or extended on or after January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive at least $13.30 per hour unless a higher rate is stipulated. The document lists various trades alongside their respective wage rates and fringe benefits as determined by recent wage surveys, including electricians, crane operators, ironworkers, and laborers, improving the clarity of compensation structure. Furthermore, it provides guidelines on wage determination appeals, establishing a protocol for any disputes regarding wage rates. Overall, this document serves as a crucial reference for federal contractors, ensuring adherence to wage laws while promoting fair compensation within the construction industry, thus aligning with overarching government contracting policies.
    The VAAR 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. Offerors must certify that if awarded, they will comply by not subcontracting more than 85% of the contract value to non-certified firms, ensuring that similar limits apply to subcontractors further down the chain. Additionally, the document emphasizes the legal implications of false certifications, including criminal and civil penalties. The VA reserves the right to review compliance documents, such as invoices and subcontracts, to verify adherence throughout the contract's duration. Failure to comply with these requirements can lead to remedial actions, including referrals to the VA Suspension and Debarment Committee. The certification must be completed and submitted with the bid to be considered for award. This clause is crucial for maintaining the integrity of contracting procedures and promoting fair access for veteran-owned businesses in government procurement.
    The document outlines the instructions for a bid walk-through at the Lake City VA Medical Center, scheduled for April 23, 2025, at 10 AM Eastern Time. Participants are to meet at Engineering Conference Room, Building 19 (B19), with the center's address provided. The site visit is intended for contractors to understand the project area, and attendees are advised to use parking along SE Division Avenue while accessing the Engineering Office. The document includes a building key indicating various facilities within the campus, ranging from switchgear and generators to medical and administrative offices. This organized approach facilitates contractors' understanding of the site and its requirements, a key element in the context of federal RFPs, which often mandate site visits to ensure competitive bidding and compliance with project specifications. Overall, the document serves to prepare potential bidders for the upcoming projects at the VA Medical Center while ensuring proper navigation and access on site.
    The document outlines the solicitation #36C77625B0006 for the EHRM Infrastructure Upgrades Project at the Lake City, FL VA Medical Center. It serves as a technical questions and government responses tracking sheet, indicating an ongoing process of clarification for potential bidders. The structure includes a list of questions submitted via email, along with space for government responses, detailing the communication related to the project. This feedback mechanism is integral for enhancing the understanding and execution of the project requirements by stakeholders. By allowing for incremental exchanges, the document facilitates a transparent bidding process, ensuring that all participants have equal opportunity to address concerns and gain necessary information. The project aligns with the federal government's commitment to improve infrastructure in Veterans Affairs facilities, focusing on technological advancements and operational efficiency.
    The document outlines the infrastructure upgrade project for the Department of Veterans Affairs Medical Center in Lake City, Florida, specifically focusing on the EHRM (Electronic Health Record Modernization) Infrastructure Upgrades. The initiative will replace the existing data infrastructure on the campus, including new data center equipment, telecom rooms, and data drops to all outlets, ensuring removal of obsolete equipment and cabling. The project adheres to several codes and standards, including the latest NFPA Life Safety Code and architectural accessibility requirements. Key responsibilities include the demolition of existing systems, repair of surfaces, and compliance with safety regulations. The contractor must ensure proper site evaluations, maintain existing utilities during construction, and implement fire protection systems in accordance with applicable codes. The project's complexity necessitates comprehensive planning and coordination among multiple engineering disciplines, maintaining the operational continuity of the medical center while introducing modernized and efficient infrastructure. This investment signifies the VA's commitment to enhancing facility capabilities, ensuring compliance with safety protocols, and improving overall service delivery to its veterans.
    The document outlines specific requirements and guidelines for structural steel work as part of the infrastructure upgrades at the Lake City Veterans Affairs Medical Center (VAMC). It specifies that structural steel must adhere to ASTM and AISC standards, including testing and inspection protocols, such as full penetration groove welds and bolt installation conditions. The contractor is responsible for coordinating and verifying existing structural conditions before proceeding with work, ensuring structural integrity and compliance with design codes, including VA design manuals and the International Building Code. Additionally, the document mentions design load criteria, including live loads, snow loads, wind loads, and seismic design data. It outlines support requirements for ductwork and piping, emphasizing that no additional loading on existing structures is permitted without approval. Detailed notes and abbreviations clarify the scope of work and the responsibilities of contractors. This project reflects the commitment to enhancing facility infrastructure, safety, and regulatory compliance in accordance with federal standards.
    The document serves as a detailed mechanical plan for the Lake City Veterans Affairs Medical Center's EHRM Infrastructure Upgrades project, emphasizing HVAC and plumbing systems within multiple buildings. It outlines various components including ductwork, piping, and airflow systems while adhering to relevant codes and safety standards. The plans mandate specific responsibilities such as verifying equipment connections, ensuring field measurements, and maintaining air quality control. The document provides a comprehensive legend of abbreviations and symbols for clarity, as well as procedural guidelines for installation, maintenance, and inspection. It highlights considerations for thermal performance, energy efficiency, and accessibility, ensuring compliance with the VA’s design standards. The project's complexity necessitates coordinated efforts across various trades to optimize system performance while maintaining safety and regulatory compliance throughout construction.
    The document serves as a comprehensive guide for electrical systems design and modifications at the Lake City VA Medical Center for the EHRM Infrastructure Upgrades project. It includes essential abbreviations, symbols, and electrical notes aimed at standardizing terminology across various trades involved in the project. The guidelines adhere to strict compliance with national safety codes, including those set forth by the NEC and NFPA. It emphasizes coordination among contractors, along with comprehensive demolition and installation instructions for existing and new electrical fixtures and systems. Safety protocols, notification requirements for service interruptions, and quality assurance measures for all equipment are clearly outlined. The goal of this initiative is to ensure an efficient, code-compliant, and safe upgrade of electrical infrastructure within the facility, aligning with federal standards for health care environments. The document reflects the VA's commitment to maintaining modernized and functional health care facilities while ensuring operational continuity during construction.
    The document outlines the Lake City Veterans Affairs Medical Center's (VAMC) EHRM Infrastructure Upgrades project, focusing on design and construction guidelines for electrical, mechanical, and telecommunications systems within the facility. Key components include compliance with safety codes such as the NFPA 101 Life Safety Code and the Architectural Barriers Act Accessibility Standard. Contractors are required to verify existing conditions prior to work, ensure system functionality, and address the removal of hazardous materials. The document details construction phases, installation plans, and coordination responsibilities among contractors, emphasizing the need for careful management of existing systems during renovations. Additionally, it outlines specific installation guidelines for cabling, electronic equipment, and support structures, highlighting the importance of grounding and fire safety measures. The overall purpose stresses the VA's commitment to upgrading infrastructure while ensuring compliance with applicable codes and safety standards.
    The document outlines the details of the Infrastructure Upgrades project at the Lake City VA Medical Center, focusing on enhancements to telecommunication systems. It includes specifications for removing and upgrading existing data and telecommunications outlets to a fully functional Category 6A standard, ensuring that all materials, tools, and labor are included. The project emphasizes the need for careful coordination during the installation process to minimize downtime and to protect existing infrastructure from damage. Code compliance, including proper fire barriers and conduit requirements, is critical. Drawings indicate specific locations for data outlets and outline the responsibilities of the contractor in terms of verification and implementation. This initiative reflects the VA’s commitment to improving and modernizing critical communication infrastructure in support of healthcare delivery, ensuring systems meet today’s operational demands while adhering to safety and regulatory standards.
    The document outlines the requirements and plans for the EHRM Infrastructure Upgrades at the Lake City Veterans Affairs Medical Center. The primary focus is on the demolition and operational preservation of existing systems during the renovation process. Key instructions emphasize that existing access controls, voice data systems, and network equipment must remain operational throughout the construction unless specifically noted otherwise. The contractor is required to coordinate any outages with VA personnel and ensure protection of existing equipment against construction-related damage. Additionally, the contractor will oversee the removal of select existing network panels and cables, with instructions for new installations detailed to ensure full functionality. The project aims to enhance the infrastructure while adhering to safety and operational continuity standards essential for VA services. This initiative aligns with the federal commitment to improving facility operations and modernizing healthcare delivery systems for veterans.
    The document outlines the infrastructure upgrades at the Lake City VA Medical Center as part of the EHRM project. It details the existing telecommunications setups, including various racks, access controls, and POTS systems, and specifies the preservation of current systems unless noted otherwise. Key tasks involve removing outdated network equipment, coordinating construction activities with the VA IT department to protect other operational systems, and ensuring the integrity of medical and access control systems throughout the construction phases. The project emphasizes collaboration and meticulous planning to maintain functionality during upgrades while adhering to safety and operational standards. This initiative demonstrates the VA's commitment to enhancing healthcare infrastructure and ensuring compliance with federal requirements.
    The Department of Veterans Affairs has initiated the EHRM Infrastructure Upgrades project at the Lake City VA Medical Center, which entails a firm-fixed price contract for construction enhancements. This project focuses on implementing critical upgrades, specifically for a security camera monitoring system (Hanwha Wisenet), physical security access control (Lenel OnGuard), and a fire alarm and building automation system (Siemens Desigo). The justification for using these brand-name products is based on the necessity for standardization across the facility to ensure operational compatibility with existing systems. A unique qualification of the contractor is required as alternative vendor products could lead to inefficiencies and increased costs. The procurement is designated as a Service-Disabled Veteran-Owned Small-Business set-aside, and competitive bidding will ascertain fair pricing. Market research indicates that the specified brands meet the "Buy American" requirements, ensuring compliance. The justification document thoroughly outlines the project's purpose, the rationale behind the selection of specific products, and strategies to foster competitive proposals while addressing the agency's bona fide needs for veterans' healthcare delivery.
    The Department of Veterans Affairs (VA) is initiating the EHRM Infrastructure Upgrades project at the Lake City VA Medical Center in Florida, which will enhance its security and fire alarm systems. The procurement will follow a firm-fixed price contract format and aims to utilize brand-specific systems for security cameras (Hanwha Wisenet), physical access control (Lenel OnGuard), and fire alarms (Siemens Desigo) to maintain compatibility and ensure functionality with existing infrastructure. This justification supports the choice of these specific brand-name items, affirming that substitution would lead to integration challenges and increased costs. The procurement will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to encourage vendor participation. Market research confirmed compliance with the Buy American Act. The estimated project cost falls between $20 million and $50 million, and the Contracting Officer will ensure pricing is fair and reasonable prior to contract award. This document underscores VA's commitment to effectively upgrade its facilities while adhering to federal regulations and standards for construction projects.
    The document pertains to wage determinations related to building construction projects in Columbia County, Florida, specifically under the Davis-Bacon Act. It outlines the applicable minimum wage rates for various classifications of workers based on the type of contract awarded. Contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, mandating payment of at least $17.75 per hour for covered workers. For contracts awarded between January 1, 2015, and January 29, 2022, Executive Order 13658 applies, setting the minimum at $13.30 per hour. Wage rates for specific trades such as electricians, operators, ironworkers, and sheet metal workers are listed, highlighting their respective rates and fringe benefits. Additionally, the document features details on the wage determination appeals process, allowing interested parties to contest decisions regarding wage classifications. This comprehensive determination establishes contractor responsibilities for worker compensation, mandates compliance with federal wage laws, and reinforces protections for construction workers. It serves as a key resource for stakeholders involved in federal contracting and grant processes, emphasizing adherence to wage requirements while enhancing transparency in labor practices.
    The document outlines wage determinations for building construction projects in Columbia County, Florida, under General Decision Number FL20250008, effective June 27, 2025. It specifies that projects are subject to the Davis-Bacon Act, which mandates minimum wage rates dictated by Executive Orders 14026 and 13658. For contracts after January 30, 2022, the minimum wage is set at $17.75 per hour; earlier contracts not renewed after this date must pay at least $13.30 per hour. The document provides detailed prevailing wage rates for various construction trades, including electricians, operators, ironworkers, sheet metal workers, and carpenters. It emphasizes requirements for contractor compliance with wage standards and highlights the process for submitting classification requests and appeals regarding wage determinations. The information ensures workers receive appropriate compensation while establishing mechanisms for addressing disputes. This wage determination is critical in maintaining compliance with federal labor standards during public construction projects, thereby safeguarding worker rights and ensuring equitable pay practices across federally funded or related contracts.
    The Department of Veterans Affairs (VA) is soliciting bids for the EHRM Infrastructure Upgrades project at the Lake City VA Medical Center, involving general construction practices to enhance infrastructure within the facility. This contract is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to support veteran-owned enterprises. The awarded contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to complete the specified work within 1,095 calendar days after the notice to proceed. A bid guarantee of 20% of the bid price is required, not to exceed $3 million, and prospective bidders must ensure they are registered in the System for Award Management (SAM) and compliant with all relevant regulations. Key details for bidders include the evaluation of bids based solely on price, a mandatory site visit, and adherence to specific bonding and insurance requirements. The focus on SDVOSB engagement demonstrates the government's dedication to maximizing opportunities for veteran contributors in federal contracting, as well as ensuring compliance with federal procurement standards. This project indicates significant investment to modernize healthcare facilities for veterans, ensuring high-quality service delivery.
    The document outlines the details for the bid opening of the Lake City EHRM Infrastructure Upgrades Construction project, scheduled for July 8, 2025, at 1:30 PM ET, hosted via Microsoft Teams. Interested parties can participate by either calling in or joining the online meeting, with a specified dial-in number and access code provided. Bids must be submitted by 1:00 PM ET on the same date. The Teams meeting will open 30 minutes prior to the bid opening to accommodate participants. This virtual bid process reflects a shift towards digital engagement in government contracting, accommodating offerors amid contemporary technological trends. The document prioritizes clear instructions for accessing the meeting and emphasizes punctuality for bid submissions and participation.
    The document outlines a Site Visit Meeting for the Lake City Veterans Affairs Medical Center (VAMC) regarding the EHRM Infrastructure Upgrades (573A4-21-700), scheduled for April 23, 2025. The meeting is aimed at engaging potential contractors in discussing the requirements and scope of the project, which focuses on enhancing the electronic health record management infrastructure at the facility. Important details collected include contact information from various interested companies and their representatives, ensuring effective communication among stakeholders. The upgrades are intended to improve the efficiency and reliability of healthcare delivery services. Participants are expected to familiarize themselves with the project details to prepare for potential bidding opportunities, reinforcing the government's commitment to enhancing healthcare infrastructure for veterans through strategic investments and contracting processes.
    Similar Opportunities
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    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.
    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.
    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--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    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.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.