Architectural Engineering Services - Veterans Affairs New Medical Center San Antonio SATOC
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, Fort Worth District, is conducting a Sources Sought market survey for Architect-Engineer (A-E) services to design and provide construction phase services for a new Veterans Affairs (VA) Medical Center in San Antonio, Texas. This facility will be approximately 1,600,000 gross square feet. The anticipated acquisition is a firm-fixed-price Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC) with a total capacity of $90,000,000. Responses are due by March 10, 2026, at 12:00 PM CT.
Purpose
This is a Sources Sought announcement for market research and preliminary planning, not a solicitation for proposals. The purpose is to gather information on the interests, capabilities, and qualifications of industry, particularly from the Small Business Community (including 8(a), HUBZone, SDVOSB, and WOSB firms), to determine the acquisition strategy for this significant project.
Project Scope
The project involves the design and construction phase services for a new VA Medical Center in San Antonio. This includes a primary facility (1,475,000 sq ft), an administration facility (100,000 sq ft), a utility plant, and two parking garages (approximately 1500 stalls each).
Services Required
A-E services will include:
- Planning charrette.
- Design-Build (DB) Request for Proposal (RFP) development for the hospital and central utility plant.
- DB RFP development or full design for the parking garage and administration facility.
- Follow-on construction phase services, utilizing VA Technical Information Library (TIL) design criteria. All engineering work must be performed by or under the direct supervision of licensed Professional Engineers or Architects.
Contract Details
- Contract Type: Anticipated Firm-Fixed-Price Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC).
- Total Contract Capacity: Not to exceed $90,000,000.00.
- Period of Performance: Ten-year base ordering period for the IDC. Design phases are anticipated to be 24 months or less, with construction phase services ranging from 2 to 5 years.
- Task Order Details:
- Estimated Minimum Size: $250,000.00
- Estimated Maximum Size: $60,000,000.00 (with an 18-month period of performance)
- Average Size: $8,000,000.00
- Estimated Number of Task Orders: 6 (maximum 9).
- Firms must be able to perform up to 3 task orders simultaneously.
Eligibility & Set-Aside
- NAICS Code: 541330, Engineering Services, with a small business size standard of $25,500,000.00.
- PSC Code: C1DA, Architect and Engineering- Construction: Hospitals and Infirmaries.
- Set-Aside: This market research targets Small Businesses, Section 8(a), HUBZone, SDVOSB, and WOSB firms. The final set-aside will be determined based on market research.
- Compliance: Firms must be active in SAM, document Sec. 889 Compliance (FAR 52.204-24, -25, -26), and complete SPRS prior to award. Review NIST SP 800-171.
- Limitations on Subcontracting: Firms must adhere to FAR 52.219-14.
Response Requirements
- Deadline: No later than 12:00 PM CT on March 10, 2026.
- Format: Limited to 9 pages.
- Content: Firm's information (Name, UEI, CAGE, SAM registration, size, status, address, POC), interest in bidding (prime/sub), capability (3 project examples with scope, customer, timeliness, dollar value), experience with VA TIL criteria, joint venture information, largest recent contract/task order value (design value), and ability to perform 3 concurrent task orders.
- Submission Method: Email responses to Joshua W. Robinson (joshua.w.robinson@usace.army.mil) and CESWF-CT-PreawardProposal@usace.army.mil. Subject line: "Sources Sought-W9126G26RA040-Company Name".
Additional Notes
Prior Government contract work is not required for responding to this Sources Sought. The anticipated solicitation issuance date is on or about April 2026, with a 30-day response period expected.