C1DA--626-26-102 - A-E Upgrade Mechanical Room Systems

SOL #: 36C24926R0014Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Hospitals And Infirmaries (C1DA)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)

Timeline

1
Posted
Dec 18, 2025
2
Response Deadline
Jan 30, 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), Network Contracting Office 9, is issuing a presolicitation for Architectural and Engineering (A/E) services to Upgrade Mechanical Room Systems at the VA Tennessee Valley Healthcare System (TVHS) Nashville Campus. This project involves replacing four (4) air handling unit (AHU) systems and associated components. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Interested firms must submit their SF330 by December 30, 2025, at 1:00 PM CT.

Project Scope

The selected A/E firm will provide comprehensive services to prepare complete contract drawings, specifications, technical reports, and cost estimates, along with services throughout construction. The core of the project is the replacement of AHUs 5, 6, 37, and 38, which serve critical areas including Bone Marrow Transplant, basement labs, and ER/clinic spaces. The design must include all necessary system components such as return fans, humidifiers, pumps, variable speed drives (VSDs), dampers, and ductwork. A key requirement is built-in redundancy for VSDs and fans to ensure continuous operation. The design must comply with HVAC Design Guidelines and VA standards. The Medical Center must remain operational during construction, requiring a detailed sequence of work from the A/E firm to minimize impact.

Contract Details

  • Opportunity Type: Presolicitation for A/E Services
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 541330 (Architectural Services)
  • Small Business Size Standard: $25.5 million
  • Construction Budget Magnitude: Estimated between $5,000,000.00 - $10,000,000.00
  • Contract Type: Negotiated Firm-Fixed Price Contract
  • A/E Fee Limitation: Total cost of A/E services must not exceed 6% of the estimated construction project cost.
  • Bid Deduct Alternates: The A/E firm must develop, plan, and estimate bid deduct alternates of at least 20% of the approved construction budget.

Eligibility & Submission Requirements

  • Eligibility: Firms must be 100% SDVOSB, verified by the VA Center for Veterans Enterprise (CVE), listed in VetBiz.gov, and registered in the System for Award Management (SAM) at the time of SF330 submission, interview, and award.
  • Submission Deadline: December 30, 2025, at 1:00 PM CT
  • Submission Method: Electronically submit current SF330 to Charles.Gwynn@va.gov. Electronic submission requirements include using Microsoft Office or Adobe PDF formats, with a maximum email size of 5 MB. No .zip files or password-protected documents are permitted. Construction drawings, if applicable, must be in AutoCAD and Adobe PDF.
  • SF330 Form: Available from the GSA Forms Library.

Evaluation Criteria

SF330s will be evaluated based on FAR Part 36.602-1 and VAAR Subpart 836.602. Key criteria include:

  • Professional qualifications
  • Specialized experience and technical competence (including energy conservation)
  • Capacity to accomplish work in required time
  • Past performance (cost control, quality, schedules)
  • Location in the general geographical area and knowledge of locality
  • Reputation and standing of the firm
  • Record of significant claims
  • Specific experience and qualifications of proposed personnel and team cohesion. A fee proposal will only be requested from the top-rated firm after initial evaluation and discussions.

People

Points of Contact

Charles GwynnContract SpecialistPRIMARY

Files

Files

View
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 18, 2025
C1DA--626-26-102 - A-E Upgrade Mechanical Room Systems | GovScope