C1DA--657-24-115JB, FCA-Renovate Bldg 23 to Modernize Prosthetics

SOL #: 36C25526R0080Pre-Solicitation

Overview

Buyer

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

Place of Performance

St Louis

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
Last Updated
Mar 16, 2026
3
Response Deadline
Mar 20, 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), specifically the VA Saint Louis Health Care System, is seeking Architect-Engineer (A/E) services for the FCA-Renovate Bldg 23 to Modernize Prosthetics project (Project No. 657-24-115JB) at its Jefferson Barracks Division in St. Louis, MO. This is a presolicitation notice for SF330 submissions. The procurement is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Qualified firms must submit their SF330 package by March 20, 2026, at 2:00 PM CT.

Project Scope

The project involves modernizing Building 23's physical infrastructure to enhance patient care, administrative services, and operational safety. This includes renovating approximately 8,600 SF on the 1st floor and 5,200 SF on the Ground floor. Key aspects include:

  • Creating new office space for Prosthetics Administrative and Clinical staff.
  • Designing for phased construction to maintain Prosthetics operations.
  • Upgrading building systems (Mechanical, Plumbing, Electrical, Fire Alarm & Protection).
  • Replacing the original freight elevator.
  • Providing new, right-sized restrooms for staff, patients, and visitors.
  • Replacing the roof and windows, and updating wayfinding.
  • Correcting Facility Condition Deficiencies (FCA) within the renovated areas. The A/E firm will be responsible for all design and construction documentation, advance planning, and construction oversight, including final as-built drawings. The estimated construction budget is between $5 million and $10 million, and the A/E must design within this budget, incorporating bid items for a potential 10% reduction.

Required Disciplines & Services

The prime contractor or team must include licensed/registered professionals in: Architect, Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Plumbing Engineer, Interior Designer, Communication (voice & data), Electrical Engineer, and Cost Estimator. Services include site investigation, design narrative, schematic design, design development, construction documents, and construction period services (field inspections, submittal reviews, RFI support, change order support). Hazardous material surveys and energy efficiency improvements are also required.

Contract Details & Eligibility

  • Contract Type: Anticipated Firm Fixed Price.
  • NAICS Code: 541310 (A/E Services), Small Business Size Standard: $12.5 Million.
  • Set-Aside: 100% Service-Disabled Veteran Owned Small Business (SDVOSB). Firms must be verified in the SAM.gov VIP database.
  • Anticipated Award: No later than June 2026.
  • Design Timeframe: 244 calendar days after award/Notice to Proceed.

Submission Requirements & Evaluation

Interested SDVOSB firms must submit one (1) completed Standard Form 330 (Parts I and II), including consultants. The submission must be a PDF, not exceeding 10MB and 60 pages, and include an organizational chart (Part I, Section H) and a design quality management plan. Submissions are due by March 20, 2026, at 2:00 PM CT, via email to jeanette.mathena@va.gov and kelsey.eagle@va.gov. The email subject line must include "Solicitation number:36C25524R0026 and project name FCA Renovate Bldg. 23 to Modernize Prosthetics, Project No. 657-24-115JB." Evaluation criteria, in accordance with FAR 36.602-5, include Professional Qualifications, Specialized Experience and Technical Competence (especially in medical renovations and Prosthetics), Capacity to Accomplish the Work, Past Performance (within 5 years), Location of Design Firm (within 500 miles for maximum rating), Claims and Terminations, Reputation, Experience in Construction Period Services, and Knowledge of Locality.

Important Notes

This is a request for qualifications (SF330s) only, not a Request for Proposal. No solicitation document is available at this time. Firms must be registered in SAM.gov, check the EPLS, and be prepared for E-Verify enrollment if awarded.

People

Points of Contact

Jeanette MathenaContracting OfficerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 9, 2026
C1DA--657-24-115JB, FCA-Renovate Bldg 23 to Modernize Prosthetics | GovScope