Federal Contract Opportunity

Last Updated on 07 May 2025 at 11 PM
Solicitation
Roseburg Oregon

Y1BG--653-25-707 EHRM WAN Path Upgrades Construction - Roseburg VA Medical Center

Details

Solicitation ID 36C77625B0016_1
Posted Date 07 May 2025 at 11 PM
Response Date 07 Aug 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Pcac (36c776)
Agency Department Of Veterans Affairs
Location Roseburg Oregon United states 97471

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

National Industries For The Blind

Wayne Earth city Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Gtsi Corporation

Herndon Baltimore Chantilly Philadelphia Waltham

Sign up to access Documents

Signup now

The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting bids and subsequently awarding a single Firm-Fixed-Price contract for the Design-Bid-Build EHRM WAN Path Upgrade construction project at the Roseburg VA Medical Center (VAMC) located at 913 Northwest Garden Valley Boulevard, Roseburg, OR 97471.

PROJECT DESCRIPTION:

Contractor shall assess, inspect, and site verify the existing conditions prior to construction, and provide all labor, materials, equipment, qualified supervision, and other items designated in this contract in accordance with the specifications and drawings to complete Project No. 653-25-707 EHRM WAN Path Upgrade at the Roseburg VAMC.

The scope of this project includes providing an additional redundant circuit feed in support of the recent Electronic Health Record Modernization. The project may include, in addition to the drawings and specifications, civil, plumbing, mechanical, electrical, and electronic security disciplines. Tasks include:

  • Provide a redundant fiber network pathway into the campus from Bldg. 3 to the southern property line near Eagles Landing.
  • Trenching and backfilling of conduit pathway as per trenching cross section details including detectable warning tape and encasement of conduits with red colored concrete as detailed.
  • Patching of AC and concrete as required and detailed.
  • Installation of (2) 4” conduits Schedule 80 suited for burial with polyester pull tape in every pipe segment, all joints to be solvent welded.
  • Installation of locking and traffic rated junction boxes along conduit pathway at a spacing of no more than 500 LF.
  • Protection of significant tree roots of mature trees from damage or severing.

ADMINISTRATIVE:

The solicitation will be issued as an Invitation for Bid (IFB) conducted in accordance with FAR Part 14 and will be evaluated in accordance with the 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 will be issued in early to mid to late May of 2025. The period of performance is approximately 120 calendar days from the issuance of the Notice to Proceed. In accordance with FAR 36.204, the magnitude of construction is between $500,000 and $1,000,000. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to: [email protected] and [email protected]. Telephone calls will not be accepted.