C1DA--596-26-106 Renovate & Repair B-28 Ground for SPS

SOL #: 36C24926R0034Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
249-NETWORK CONTRACT OFFICE 9 (36C249)
MURFREESBORO, TN, 37129, United States

Place of Performance

Lexington, KY

NAICS

Engineering Services (541330)

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
Dec 30, 2025
2
Response Deadline
Jan 31, 2026, 7:00 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 seeking Architect/Engineering (A/E) Design Services for the renovation and repair of Building 28 Ground for SPS at the Lexington VA Health Care System, Franklin R. Sousley Campus, Lexington, KY. This is a Pre-Solicitation Notice for project number 596-26-106, exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Firms must submit an SF-330 package by January 31, 2026, at 2:00 PM EST for initial evaluation. A solicitation for a price proposal will only be sent to the highest technically rated A/E firm.

Scope of Work

The project involves renovating approximately 4,500 +/- SF of Building 28, which is a Historic Asset on the National Registry. The scope includes:

  • Moderate floor plan changes, finishes, and correction of FCA deficiencies.
  • Repair and replacement of windows and the building envelope to enhance safety, security, and energy efficiency.
  • Implementation of exterior and interior wayfinding to support patient-centered care.
  • Correction of deficiencies in building entrances, loading dock, ground floor lighting, and windows.
  • Demolition of the ground floor fan coil system and replacement with VAVs with hot water reheat, connected to existing penthouse AHUs.
  • Installation of advanced meters integrated into the Building Management System (BMS).

The A/E firm will provide in-depth investigation of existing spaces and utility systems, and design services for renovating and repairing the building to meet future demands. Design period services include Schematic Design (SD), Design Development (DD), Construction Documents (CD), and Bid Documents, adhering to VA Program Guide (PG)-18-15. Designs must account for a 24/7 medical environment, including demolition, infection control, and specialized facility requirements, with detailed phasing to minimize impact. The awarded A/E firm must provide a four (4) hour response time for the Lexington VA Health Care System during the design and construction period services phases.

Contract Details

  • Contract Type: Negotiated Firm-Fixed Price Contract.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 541330 (Architectural and Engineering Services) with a small business size standard of $25.5 million.
  • A/E Services Cost Limitation: The total cost of A/E services must not exceed 6% of the estimated construction project cost, in accordance with VAAR 836.606-73 and FAR Clause 52.236-2 (c).

Submission & Evaluation

  • Submission Deadline: January 31, 2026, at 2:00 PM EST.
  • Submission Method: Electronic submission of SF-330 packages via email to Robert.Glenn2@va.gov.
    • SF-330s are limited to 50 pages (including cover).
    • Email subject line must include the solicitation number, company name, and closing date.
    • Maximum email size is 5MB. No .zip files or password-protected offers are permitted.
  • Evaluation Process: Firms will be selected based on demonstrated competence and qualifications, following the Brooks Act, FAR 36.602-3, and FAR 36.602-4.
  • Selection Criteria: Professional qualifications, specialized experience (including energy conservation, pollution prevention), capacity, past performance, location/knowledge of locality, firm's reputation, record of claims, and specific experience of proposed personnel.
  • Eligibility: Offerors must be verified by the SBA and listed in the Vendor Information Pages (VIP) database at the time of submission, interview, and award. Registration in SAM.gov is also required.

Important Notes

This is not a Request for Proposals (RFP); no solicitation package will be issued. A solicitation will only be sent to the most highly qualified vendor. The Government will not reimburse costs associated with responding to this pre-solicitation notice.

People

Points of Contact

Robert Glenn JrContract SpecialistPRIMARY

Files

Files

View
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 30, 2025
C1DA--596-26-106 Renovate & Repair B-28 Ground for SPS | GovScope