A-E SATOC - John Cochran Division Medical Center Campus

SOL #: cd0ab759a510474e9457ee7d1f73e3f8Special Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST KANSAS CITY
KANSAS CITY, MO, 64106-2896, United States

Place of Performance

Saint Louis, MO

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 29, 2026
2
Action Date
Feb 5, 2026, 4:00 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 U.S. Army Corps of Engineers (USACE), Kansas City District, on behalf of the Department of Veterans Affairs (DVA) St. Louis Health Care System, is soliciting Architect-Engineer (A-E) services for an Unrestricted Single Award Task Order Contract (SATOC). This contract will support the John Cochran Division Medical Center Campus in Saint Louis, MO, focusing on planning, design, and construction phase support for significant facility upgrades. Submissions are due February 5, 2026, at 10:00 AM Central Standard Time.

Scope of Work

This opportunity requires comprehensive A-E services for a new health care bed tower, central utility plant, engineering building, motor pool, parking structure, and supporting facilities. The project will utilize a collaborative Integrated Design and Construction (IDaC) delivery method. Services include:

  • Planning and design charrettes, studies, design criteria development, and cost estimating.
  • Design phase commissioning support.
  • Specific design work such as site investigation, geotechnical reports, topographic surveys, contract drawings, technical specifications, and life cycle cost analyses.
  • Specialized design for electronic security, anti-terrorism/force protection, progressive collapse, seismic design, cyber security, and network engineering.
  • Emphasis on sustainable design principles (LEED) and compliance with VA BIM Standard.
  • Deliverables in AutoCAD™ and Building Information Modeling (BIM) formats, compliant with Industry Foundation Classes (IFC).
  • Construction phase services, including shop drawing review, design during construction, site visits, and on-site engineering support.
  • Firms must utilize DVA Technical Information Library (TIL) criteria. Design development is anticipated to begin early April 2027, with construction awards starting in FY29.

Contract & Timeline

  • Contract Type: Indefinite Delivery Contract (IDC), Single Award Task Order Contract (SATOC).
  • Ordering Period: Five (5) year base ordering period with one (5) year option period.
  • Total Ordering Limitation: $100,000,000.00.
  • Task Orders: Negotiated Firm-Fixed-Price (FFP).
  • Set-Aside: Unrestricted (UR) procurement.
  • Submission Deadline: February 5, 2026, 10:00 AM Central Standard Time.
  • Published Date: January 29, 2026.

Evaluation

Proposals will be evaluated based on:

  • Primary Factors: Specialized experience and technical competence (including design of similar facilities, collaboration experience, quality management procedures), Professional Qualifications (key disciplines), Past Performance, Knowledge of local conditions, and Capacity to initiate work.
  • Secondary (Tiebreakers): Small Business Participation Commitment Document, Geographic Proximity, and Volume of DoD A-E contract awards.

Eligibility & Submission

  • NAICS Code: 541330 (Engineering Services), Small Business Size Standard: $25,500,000.
  • Submission Method: Electronic copy of Standard Form (SF) 330 via the PIEE Solicitation Module.
  • Registrations: Firms must have a Unique Entity Identification (UEI) number and be registered in SAM.gov. VETS-4212 report completion is also required.
  • Subcontracting: Large businesses must comply with FAR 52.219-9 Small Business Subcontracting Plan. Small business subcontracting goals are outlined (33% SB, 5% SDB, 5% WOSB, 3% HUBZone, 5% SDVOSB).
  • Cybersecurity: Prime and subcontractors may need to comply with DoD Cybersecurity Maturity Model Certification (CMMC) Program memorandum (Jan 17, 2025), with specific levels identified in task orders.

Additional Notes

Technical inquiries and questions must be submitted via Bidder Inquiry in ProjNet using the provided Bidder Inquiry Key. Offerors are limited to one question per inquiry.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Jan 29, 2026
A-E SATOC - John Cochran Division Medical Center Campus | GovScope