C1DA--578-25-002 AE Design Renovate 15th Floor Building 200

SOL #: 36C25226Q0231Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Hines, IL

NAICS

Architectural Services (541310)

PSC

Architect And Engineering Construction: Hospitals And Infirmaries (C1DA)

Set Aside

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

Timeline

1
Posted
Mar 9, 2026
2
Submission Deadline
Mar 31, 2026, 6:00 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), specifically NCO 12, is issuing a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 578-25-002, titled "Renovate 15th Floor Building 200 (AE)" at the Edward J. Hines VA Hospital in Hines, IL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested firms must submit their SF-330 package by March 31, 2026, at 1:00 p.m. CST.

Project Overview & Scope

The selected A/E firm will provide complete design and construction period services (construction administration) for the renovation of approximately 20,000 SF on the 15th Floor of Building 200. The renovation aims to create single occupancy inpatient rooms capable of isolation for Acute Care and a Bronchoscopy procedure room. The project will address existing deficiencies including interior finishes, blocked windows, accessibility issues, and lavatory counters. Design services will encompass investigations, design concepts, construction drawings, specifications, and review of shop drawings across multiple disciplines, including architectural, engineering (HVAC, electrical, plumbing, structural), interior design, data, telecom, and physical security. Special requirements include Building Information Modeling (BIM), phased design deliverables, and the inclusion of deductive alternatives for construction cost reduction (approximately 20%). Designs must comply with VA Design Guides, VA TIL requirements, accessibility standards, and Energy Star for HVAC equipment.

Contract Details

  • Contract Type: Firm-Fixed-Price for A/E design services.
  • Period of Performance: 393 Calendar Days.
  • Estimated Construction Magnitude: Between $10,000,000 and $20,000,000 (the SOW specifies an estimated construction contract price of $14,501,600.00, with the A/E fee limited to 6% of this).
  • NAICS Code: 541310 (Architectural Services), Size Standard: $12.5 Million.
  • Set-Aside: Total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Eligibility: Offerors must be verified as an SDVOSB in the SBA database, registered and current in SAM, and CVE-verified AE firms must be able to perform 50% of the cost of contract performance.

Evaluation Factors (Descending Order of Importance)

  1. Specialized Experience and Technical Competence (35 Points): Demonstrated experience in hospital renovations (especially pre-1970 buildings), Acute Care Services, isolation rooms, Bronchoscopy Suites, HVAC upgrades, and technical competence in management, coordination, quality control, and familiarity with VA Design Guides. Requires 3-5 recent and relevant projects.
  2. Professional Qualifications (25 Points): Qualifications of key personnel (Project Manager, Architect, various Engineers, Interior Designer) with a minimum of five years' experience and licensure. Includes a statement of 50% SDVOSB performance compliance.
  3. Past Performance (25 Points): CPARS data or Past Performance Questionnaires (PPQ) for projects identified in Factor 1, and overall average past performance.
  4. Capacity (10 Points): Firm's ability to meet the project schedule, available personnel capacity, and current workload analysis.
  5. Geographic Location (5 Points): Travel time from the firm's principal business location to Edward Hines, Jr. VAMC, Hines, IL (within 4, 8, or 24 hours).
  6. Secondary Criterion (Tiebreaker): Claims (-5 to 0 Points): Record of significant claims against the firm due to improper or incomplete A/E services.

Submission Requirements

  • SF-330 Package Due: March 31, 2026, at 1:00 p.m. CST.
  • Method: One electronic copy (PDF, maximum 10MB) via email to Melanie.Fortune@va.gov.
  • Format: Maximum thirty (30) single-sided, single-spaced, numbered pages (excluding CPARS/PPQ). Times New Roman 12-point font or larger. No .zip files accepted.
  • Note: This is a Request for SF330s, not a Request for Proposal. A solicitation package will not be issued via SAM.gov. Discussions/interviews will be held with at least three of the most highly qualified firms.

People

Points of Contact

Melanie FortuneContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
C1DA--578-25-002 AE Design Renovate 15th Floor Building 200 | GovScope