Federal Contract Opportunity

Last Updated on 05 Mar 2024 at 9 PM
Solicitation
Center Kentucky

Y1DA--EHRM Infrastructure Upgrades - Tier 2 - Prescott, AZ (VA-24-00011412)

Details

Solicitation ID 36C77624B0008
Posted Date 05 Mar 2024 at 9 PM
Response Date 05 Sep 2024 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 Health Information (36c776)
Agency Department Of Veterans Affairs
Location Center Kentucky United states 86301

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

J & L America Incorporated

Southfield Livonia

Sign up to access Documents

Signup now
Page 1 of 1 INTRODUCTION: 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 construction of the Electronic Health Records Management (EHRM) Infrastructure Upgrades Data Center - Bob Stump VA Medical Center (VAMC) located in Prescott, Arizona located at 500 Highway 89 North, Prescott, AZ 86301. PROJECT DESCRIPTION: The objective of the project is to construct a new, one-story Campus Support Center (CSC) Data Center facility to include electrical and mechanical systems and install redundant fiber connectivity to support the new Electronic Health Record Modernization (EHRM) system. The new building is located between buildings 152 and 12 on Col. Holmberg Rd. The new building will be approximately 1,750 square feet with 1,500 square feet of an adjoined equipment yard. Approximately 1,600 square feet will be dedicated to data space and the remainder will accommodate a restroom and storage space. The anticipated civil scope of work will require the re-grading of the building site, re-routing of existing utilities and the tying of the new infrastructure to the existing. The building s structural systems include a concrete footing and foundation wall system, concrete slab-on-grade, load-bearing masonry wall system, structural steel joists or wide-flange steel beams supporting a metal roof deck. The architectural envelope will be designed to comply with the historic requirements of the campus. The design includes interior finishes (no finish ceiling) and a column-free interior space with a vertical clearance of 12 feet to underside of lowest obstruction. Fire Protection will be provided by a wet sprinkler system as well as a water protection system. Plumbing system components will include sanitary sewer, plumbing vent, roof drains, domestic cold water, electric insta-hot unit, and floor drain associated with the restroom. Mechanical cooling and heating capability will be provided for the data space and the associated support spaces. The facility will be electrically designed to support 30 racks of space, or roughly 150kW. A medium voltage transformer, three generators, a switchboard, 2 UPSs, lightning protection, metering, and exterior and interior lighting will be part of the comprehensive electrical system. EHRM Low Voltage Design Elements: The project scope for Technology and Low-Voltage Systems is to build out the new Data center/Main Computer Room to support the entire VA campus. Per user input, this space is designed to be between small and medium size according to the requirements set by the Infrastructure Standard for Telecommunications spaces, V3.1, dated July 2021. ADMINISTRATIVE: The solicitation will be issued as a 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 is anticipated to be issued in Winter 2024. The period of performance is approximately 460 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: [email protected]. Telephone calls will not be accepted. -END-