657-23-117JC, Create Cohesive Wayfinding System for Veterans, Bldg.1

SOL #: 36C25526R0045Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Saint Louis, MO

NAICS

Architectural Services (541310)

PSC

Architect And Engineering Construction: Hospitals And Infirmaries (C1DA)

Set Aside

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

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Feb 5, 2026
3
Response Deadline
Jan 28, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is seeking Architectural-Engineering (A/E) Services for the "Create Cohesive Wayfinding System for Veterans, Building 1" project at the VASTLHCS John Cochran Division in Saint Louis, MO. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside aims to improve the Veteran experience through comprehensive wayfinding and architectural upgrades. SF 330 qualification packages are due by January 28, 2026, at 2:00 PM CST.

Project Overview

This project focuses on enhancing the existing 11-story Building 1, which currently has outdated elevator lobbies and corridor finishes that hinder intuitive wayfinding. The A/E firm will design improvements including:

  • Replacement of existing architectural finishes (floors, walls, ceilings) in public areas.
  • Updating lighting fixtures to raise light levels.
  • Replacing damaged corridor doors and coordinating door finishes.
  • Implementing new wayfinding elements such as directional kiosks, informational monitors, and built-in displays honoring military branches. The scope covers JC Building 1 A&B elevator lobbies, waiting rooms, and corridors on all floors. The anticipated construction budget is between $1,000,000 and $5,000,000.

Key Requirements

The A/E firm must provide basic professional services including Architectural, Mechanical, Electrical, Plumbing (including Fire Protection), Physical Security Specialist, and VA Professional Industrial Hygienist (VPIH) disciplines. The design timeframe for final construction documents is approximately 199 calendar days after award. A critical component involves hazardous materials (asbestos, lead, mold) identification, assessment, and abatement design, requiring a VPIH specialist for design and construction period site visits. Designs must comply with VA Sustainable Design Manual and Federal Energy Management Guiding Principles Checklist. Prior to submission, firms must meet with the Contracting Officer's Representative (COR) at the project site.

Submission Details

This is a request for SF 330 qualification packages, not a Request for Proposal. Interested SDVOSB firms must submit one (1) completed Standard Form 330 (Parts I and II), including all consultants. Part I, Section H must include an organizational chart and a design quality management plan. Submissions are limited to fifty (50) pages (8.5 x 11 inches) and must be made electronically to gislaine.dorvil@va.gov by January 28, 2026, at 2:00 PM Central Standard Time. Any requests for assistance should also be sent to this email.

Evaluation Criteria

Firms will be selected based on demonstrated competence and qualifications, evaluated in descending order of importance:

  1. Professional Qualifications: Experience and education of key personnel, including licensed architects and engineers registered in Missouri or a recognized state.
  2. Specialized Experience and Technical Competence: Detailed project information (design and construction complete) within the last five years, with emphasis on similar medical facility projects.
  3. Capacity to Accomplish Work: General workload and staffing capacity to meet required timelines.
  4. Past Performance: Recent and similar contracts with government agencies (especially VA) and private industry, focusing on cost estimating, quality, and schedule compliance.
  5. Estimating Effectiveness: Performance on the five most recently awarded construction projects designed by the team, including explanations for cost variances over 10%.
  6. Claims and Terminations: Documentation of significant claims or terminated contracts due to improper A/E services within the last five years.

Contract & Compliance

An award of a Firm Fixed Price contract is anticipated. This procurement is 100% set-aside for SDVOSB firms. Firms must be verified and listed in the Vendor Information Pages (Vetbiz.gov) database. Additionally, firms must be registered in SAM.gov, check the Excluded Parties List System (EPLS), and enroll in E-Verify within 30 days of contract award.

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Pre-Solicitation
Posted: Feb 5, 2026
Version 1
Pre-Solicitation
Posted: Jan 14, 2026
View
657-23-117JC, Create Cohesive Wayfinding System for Veterans, Bldg.1 | GovScope