Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--512-22-710 EHRM Infrastructure Upgrades - Loch Raven MD - Construction (VA-24-00060549)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jan 22, 2025 01:28 pm EST
  • Original Published Date: Jun 27, 2024 11:40 am EDT
  • Updated Response Date: Feb 03, 2025 03:00 pm EST
  • Original Response Date: Jul 12, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2025
  • Original Inactive Date: Aug 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Loch Raven VA Medical Center Baltimore , MD 21218
    USA

Description

INTRODUCTION: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single Firm-Fixed-Price contract for the construction of the Electronic Health Record Modernization (EHRM) Infrastructure Upgrades at the Loch Raven (VAMC) located at 3901 The Alameda, Baltimore, MD 21218. PROJECT DESCRIPTION: The Loch Raven VAMC is seeking a general contractor to facilitate a construction project to upgrade the EHRM Infrastructure within 5 (five) buildings amongst the Loch Raven campus. The General Contractor (GC) will be responsible for all facets of construction management and construction work and the management of subcontractors to facilitate a construction project to upgrade the facility infrastructure to support the new EHRMA system in accordance with VA OEHRM Site Infrastructure Requirements as per the Construction Documents. Work will include but is not limited to the following: Project Building locations for work include but not limited to Buildings 1,2,5,7, and 14. Construct new Telecommunication Room (TR) Additions at Buildings 1 and 5. The scope of this project includes but not limited to the following infrastructure improvements: Period of performance is approximately 540 calendar days from the issuance of the Notice to Proceed. All parties to attend a mockup transition prior to activation of new TR room(s) and Renovation of existing server room to a Computer Room. Creation, expansion, and renovation of new TRs in all occupied buildings as listed in drawing. Installation of Telecommunication Enclosures in utility buildings. Includes but is not limited to Hazardous material removal, demolition (including significant rework of existing plumbing), physical security upgrades, mechanical equipment, electrical panels, fire suppression changes, new construction, and finishes. GC is responsible for off hour work to bring online each TR room per VA activation schedule estimated to be 1 (one) TR room per evening over a 60 (sixty) workday period. GC is responsible for providing telecommunication technicians and materials to provide the connection from the punch down panel to the switch. This work will be overseen and coordinated with the VA OIT. Telecommunication technicians must also complete the work area outlets dedicated to each TR room within the same Modification of existing Server Room to a Computer Room (Basement of Building 01) including but not limited to demolition, site prep, foundations, new construction, finishes, physical security upgrades, emergency generator, transformers, fire protection and suppression system. Communication Infrastructure (new Data outlets, patch panes, upgrade to Cat 6A cable(s), UPS, electrical panel additions), physical security upgrades, upgrade fiber infrastructure backbone campus wide within buildings and between buildings. Every data outlet, building management system network outlet, Centrix/Real Time location system outlets, wireless access point, device that accesses the network will be refed to new TR room(s) and with Category 6A cable(s) in organize cable management system. Small renovations as noted on the drawings to replace required services displaced by new TRs which include bathrooms and break room(s). Remove all abandoned components and systems found or made by this work. Repair all areas demolished or damaged by this work including every data outlet location, thru wall conduits, etc. Abandoned TR rooms, abandoned server and telephone rooms will be renovated for usage as shown on drawings. Install diversified path to datacenter for Wide Area Network (WAN). Site wide excavation and preparation for large duct banks. Coordination with other underground utilities including water, sewer, electrical, and steam. Site Work (demolition, excavation, road patching, sanitary and water line replacement, etc.). Hazardous material abatement. Switch Gear. ADMINISTRATIVE: The solicitation will be issued as a Request For Proposal (RFP) conducted in accordance with FAR Parts 15, 19 and 36 and will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers received from other than SDVOSB concerns will not be considered. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The solicitation is anticipated to be issued in August 2024.The period of performance is approximately 540 calendar days from the issuance of the Notice to Proceed. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to: Melissa.Waddell@va.gov. Telephone calls will not be accepted.

Contact Information

Contracting Office Address

  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA

Primary Point of Contact

Secondary Point of Contact





History