C1AZ--657A4-26-105, Repair Boiler Plant Drainline

SOL #: 36C25526R0061Pre-Solicitation

Overview

Buyer

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

Place of Performance

Poplar Bluff, Missouri

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Other Administrative Facilities/Service Buildings (C1AZ)

Set Aside

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

Timeline

1
Posted
Jan 26, 2026
2
Response Deadline
Feb 25, 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 issuing a Pre-Solicitation Notice for Architectural & Engineering (A/E) Services for Project 657A4-26-105, "Repair Boiler Plant Drainline," at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside seeking qualified firms to submit Standard Form 330 (SF 330) qualification packages. Submissions are due by February 25, 2026, at 2:00 PM Central Time.

Purpose & Scope

The project involves the design for the replacement or repair of a collapsed drain line located approximately 10 feet below the basement level concrete floor of the boiler plant (Building 7). The selected A/E firm will be responsible for comprehensive design services, including thorough investigations, evaluation of existing systems, and preparation of detailed construction documents. Designs must adhere to VA standards, PG-18-15 Volume C, and all applicable codes (mechanical, plumbing, electrical, fire protection, seismic, life safety). A geotechnical investigation will also be required.

Key Deliverables

Deliverables include Preliminary Layout, Design Development (35%), Construction Documents (60%, 90%, 100%), Bid Documents, Conformed Drawings, and As-Built Drawings. These must be provided in various formats, including hard copies, electronic PDFs, Word documents, Auto-CAD 2025, and Revit models. The A/E firm must also provide access to a secure file-sharing website (e.g., Procore) for correspondence and submittals throughout the design and construction phases.

Contract Details

  • Contract Type: Firm Fixed Price (anticipated).
  • Estimated Construction Magnitude: Between $1,000,000 and $2,000,000.
  • Anticipated Design Completion: Approximately 180 calendar days.
  • NAICS Code: 541330 Engineering Services, with a small business size standard of $25.5M.
  • Set-Aside: Restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. Verification through the SBA Registry is mandatory.

Submission Requirements

Interested firms must submit one complete Standard Form 330 (Parts I and II), including all consultants. Part I, Section H must contain an organizational chart and a design quality management plan. The entire SF 330 package, including any additional pages, must not exceed 65 pages (8.5 x 11 inches). Submissions must be made electronically to Matthew.Finley@va.gov and Lucia.Cowsert@va.gov. Firms must also certify compliance with VAAR 852.219-75 (Limitations on Subcontracting).

Evaluation Criteria (Descending Order of Importance)

  1. Professional Qualifications: Resumes of key personnel (Project Manager, Designers of Record, Quality Control Manager), with Designers of Record licensed in Missouri or a recognized state.
  2. Specialized Experience and Technical Competence: Demonstrated experience in healthcare and active medical center projects, with relevant projects completed within the last 10 years.
  3. Capacity to Accomplish Work: Assessment of current workload, staffing levels, and availability of the project team.
  4. Past Performance: Evaluation of recent and relevant contracts with government agencies (emphasis on VA work) and private industry, including CPARS or questionnaires.
  5. Estimating Effectiveness: Comparison of A/E construction estimates to actual award prices for the five most recent projects.
  6. Claims, Terminations, and Litigation: Review of any significant claims, terminated contracts, or litigation involvement in the past five years.

Important Notes

This is a request for qualifications (SF 330s) only and not a Request for Proposal. No solicitation document is available at this time. Award is contingent upon the availability of funds. Federal contractors must be registered in SAM, check the EPLS for personnel, and enroll in E-Verify within 30 days of contract award.

People

Points of Contact

Lucia CowsertContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Jan 26, 2026
C1AZ--657A4-26-105, Repair Boiler Plant Drainline | GovScope