A-E SATOC - John Cochran Division Medical Center Campus
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Army Corps of Engineers (USACE) Kansas City District is soliciting Architect-Engineer (A-E) Services for an Indefinite Delivery Contract (IDC) to support the Department of Veterans Affairs (DVA) St. Louis Health Care System, John Cochran (JC) Division Medical Center in Saint Louis, MO. This Unrestricted Single Award Task Order Contract (SATOC) has a total ordering limitation of $100,000,000.00 over a 5-year base period with a 5-year option. The contract will provide planning, design, and construction phase support for significant medical center infrastructure projects. Submissions are due February 5, 2026.
Scope of Work
The A-E services encompass planning, design, commissioning, and construction phase support for a new health care bed tower (approx. 480,000 gsf), an engineering building (approx. 90,000 gsf), a parking structure (approx. 1,300 spaces), a water storage structure, a combined information resource management/facilities support building (approx. 30,000 gsf), and a central energy plant (approx. 83,000 gsf). Design will incorporate sustainable principles (LEED) and comply with VA BIM Standards. Required services may include site investigation, geotechnical reports, topographic surveys, contract drawings, technical specifications, life cycle cost analyses, and cost estimating. Specialized design for electronic security, anti-terrorism/force protection, progressive collapse, seismic design, cyber security, and network engineering may also be required. Projects will involve phased demolition and construction. Deliverables must be in AutoCAD™ and BIM/GIS formats, compliant with Industry Foundation Classes (IFC).
Contract Details
- Contract Type: Unrestricted (UR), Architect-Engineer (A-E), Single Award Task Order Contract (SATOC).
- Ordering Period: Five (5) year base period with one (5) year option period.
- Total Ordering Limitation: $100,000,000.00.
- Task Orders: Negotiated firm-fixed-price (FFP).
- Anticipated Award: December 2026.
- Design Development Start: Early April 2027.
- Construction Awards Expected: FY29.
Eligibility & Set-Aside
- NAICS Code: 541330 (Engineering Services) with a small business size standard of $25,500,000.
- Set-Aside: Unrestricted.
- Large businesses must comply with FAR 52.219-9 Small Business Subcontracting Plan, with specific small business subcontracting goals (33% SB, 5% SDB, 5% WOSB, 3% HUBZone, 5% SDVOSB).
- Firms must have a Unique Entity Identification (UEI) number, be registered in SAM.gov, and complete their VETS-4212 report.
Submission & Evaluation
- Submission Deadline: February 5, 2026, at 10:00 AM Central Standard Time.
- Submission Method: Electronic copy of Standard Form (SF) 330 via the PIEE Solicitation Module.
- Primary Evaluation Criteria: Specialized experience and technical competence, professional qualifications, past performance, knowledge of local conditions, and capacity to initiate work.
- Secondary Evaluation Criteria (Tiebreakers): Small Business Participation Commitment Document, Geographic Proximity, and Volume of DoD A-E contract awards.
Additional Notes
Cybersecurity Maturity Model Certification (CMMC) Program compliance may be required for task orders. Firms must utilize DVA Technical Information Library (TIL) codes and criteria. Questions must be submitted via Bidder Inquiry in ProjNet using Key: AGMJ2V-2U7YMD.