Federal Contract Opportunity

Last Updated on 16 Jun 2025 at 11 AM
Solicitation
Lexington Kentucky

Y1DA--EHRM Infrastructure Upgrades Construction Lexington - Leestown, KY 596-22-700

Details

Solicitation ID 36C77625B0040
Posted Date 16 Jun 2025 at 11 AM
Response Date 15 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 Lexington Kentucky United states 40511

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now
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 design-bid-build EHRM Infrastructure Upgrades construction project at the Lexington VA Health Care System (VAHCS) Franklin R. Sousley Campus located at 2250 Leestown Road, Lexington, KY 40511. PROJECT DESCRIPTION The Lexington-Leestown VAMC is seeking a general contractor to furnish all labor, materials, equipment, and supervision, and perform all work necessary to prepare site for building operations and complete the EHRM Infrastructure Upgrades construction project. Work includes general construction, alterations, telecommunications, electrical, HVAC, Plumbing, Hazardous Waste Removal, and other disciplines as required to complete the scope of this project. Project involves expansion of existing telecommunication rooms (TRs), power upgrades, replacement of data cabling with CAT6A, renovation of existing data center to include power / data / equipment / HVAC. All work is to be performed in accordance with the drawings and specifications. ADMINISTRATIVE The solicitation will be issued as an Invitation for Bids (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 issued 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 $45.0 million. The solicitation will be issued in early to mid-July 2025. The period of performance is approximately 660 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.