C1DA--503-26-104 Replace Underground Sprinkler and Domestic Water Mains Design | NCO 4 Construction West (VA-26-00058125)
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 Department of Veterans Affairs (VA), Network Contract Office 4, is issuing a Request for SF 330s for Architect-Engineering (A/E) services for the "Replace Underground Sprinkler and Domestic Water Mains Design" project (#503-26-104) at the Altoona VA Medical Center, Altoona, PA. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The resulting contract will be a Firm Fixed Price (FFP) agreement covering both design and construction.
Scope of Work
The selected A/E team will provide all labor, materials, tools, equipment, and services necessary to furnish Design Documents (DD) and Construction Documents (CD) for the replacement of underground sprinkler and domestic water mains. The project design must comply with current VA guidelines, EPA requirements, VA Specifications, and local requirements specific to the Altoona VA Medical Center.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 180 calendar days total from Notice to Proceed, with A/E submittals required at 30%, 60%, and 95% completion.
- Magnitude of Construction Cost: Estimated between $1,000,000.00 and $5,000,000.00.
- NAICS Code: 541330 (Engineering Services), with a size standard of $25.5 Million.
Submission & Evaluation
This is a Best Value, two-phase A/E solicitation.
- Phase I: Evaluation of SF 330 submissions to determine the three (3) best offerors. A pre-bid conference/site visit will be conducted for Phase I.
- Phase II: The top-rated offerors will be invited to provide pricing for services. The solicitation and specifications, along with any amendments, will be available on SAM.gov. All questions must be submitted in writing via email to christopher.clements1@va.gov or elijah.mcintosh@va.gov.
Eligibility & Deadlines
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Registration Requirements: Respondents must be registered in SAM.gov and verified in the SBA's VetCert program (https://veterans.certify.sba.gov/) at the time of Phase I submittal. Failure to meet these requirements will result in disqualification.
- Solicitation Issue Date: On or around June 6, 2026.
- Response Date for SF 330s: June 1, 2026, at 10:00 AM ET.