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 to identify qualified Architect-Engineer (A-E) firms for a new Veterans Affairs (VA) Medical Center in San Antonio, Texas. This is for planning purposes only and is not a solicitation. The project involves designing and providing construction phase services for a facility approximately 1,600,000 gross square feet. Responses are due by March 10, 2026, 12:00 PM CT.
Project Scope
The requirement is for A-E services to design and provide construction phase services for a new VA Medical Center. This includes a primary facility (1,475,000 sq ft), an administration facility (100,000 sq ft), a utility plant, and two parking garages (approx. 1500 stalls each). Services will involve planning charrettes, 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, and follow-on construction phase services, all utilizing VA Technical Information Library (TIL) design criteria.
Contract Details
The proposed acquisition is anticipated to be a firm-fixed-price Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC) with a total capacity not exceeding $90,000,000.00. The IDC will have a ten-year base ordering period. Task orders are estimated to range from a minimum of $250,000.00 to a maximum of $60,000,000.00 (with an 18-month period of performance), averaging $8,000,000.00. Design phases are expected to be 24 months or less, and construction phase services 2 to 5 years. Firms must be capable of performing up to three task orders concurrently.
Eligibility & Response Requirements
The NAICS code is 541330 (Engineering Services) with a small business size standard of $25,500,000.00. The PSC is C1DA. All engineering work must be supervised by licensed Professional Engineers or Architects. This notice encourages responses from Small Businesses, Section 8(a) firms, HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Women-Owned Small Businesses (WOSB).
Responses, limited to 9 pages, must include:
- Firm information (Name, UEI, CAGE, SAM registration, Business Size, Socio-Economic Status, Address, POC).
- Interest in bidding (prime or sub-consultant).
- Capability to utilize VA TIL criteria for similar-sized medical facilities (with 3 examples).
- Experience with VA TIL design criteria.
- Joint Venture information (if applicable).
- Largest stand-alone design contract/Task Order value in the last 6 years.
- Ability to perform on three concurrent task orders.
Firms must be active in SAM, document Sec. 889 Compliance, and complete SPRS prior to award. Prior Government contract work is not required for response.
Submission & Timeline
Responses are due no later than March 10, 2026, 12:00 PM CT. Submissions should be emailed to joshua.w.robinson@usace.army.mil and CESWF-CT-PreawardProposal@usace.army.mil with the subject line: "Sources Sought-W9126G26RA040-Company Name". The anticipated solicitation issuance date is on or about April 2026, with a 30-day response period.