C1DA--657-27-202JB FCA Improve and expand public restrooms JB- STL

SOL #: 36C25526R0135Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

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
May 6, 2026
2
Response Deadline
May 22, 2026, 8:00 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 issuing a Pre-Solicitation Notice for Architectural and Engineering (A&E) Services to improve and expand public restrooms at the St. Louis Jefferson Barracks VAMC. This project, designated Project No. 657-27-202JB, aims to address Facility Condition Assessment (FCA) deficiencies and ensure code compliance in Buildings 1, 3, 51, and 52. This opportunity is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside.

Scope of Work

The selected A&E firm will provide Basic Professional Services for the design of restroom improvements, expansions, and upgrades. This includes addressing non-compliance issues such as ADA requirements, narrow passages, small toilet stalls, and outdated fixtures. The scope also covers the evaluation and design for abatement of hazardous materials like asbestos, lead, and mold. Key disciplines required include Supervisor, Architectural, Mechanical, Electrical, Plumbing (including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review. Deliverables will encompass Design Narrative, Schematic Design, Design Development, Construction Documents, and Construction Period Services. Designs must comply with the VA Sustainable Design Manual and Federal Energy Management Guiding Principles.

Contract Details

  • Type: Pre-Solicitation for A-E Services under the Brooks Act, anticipating a Firm Fixed Price contract.
  • NAICS Code: 541310 (Architectural Services), with a small business size standard of $12.5 Million.
  • Design Completion: Approximately 180 calendar days.
  • Estimated Construction Budget: $783,900.
  • Anticipated Award: No later than July 27, 2026.
  • Set-Aside: 100% Service-Disabled Veteran Owned Small Business (SDVOSB). Firms must be certified in the SBA certification database (https://veterans.certify.sba.gov/).
  • Subcontracting Limitations: Prime contractors must comply with VAAR 852.219-75, limiting payments to non-SDVOSB firms to 50% for services.

Evaluation Factors

Selection will be based on demonstrated competence and qualifications, in accordance with FAR 36.602-1 and VAAM 836.602-1. Criteria include:

  • Professional Qualifications: Experience, education, and team record, with A-E staff licensed in a U.S. State.
  • Specialized Experience and Technical Competence: Specific experience in medical facility renovations, VA safety/security design, hazardous material abatement, and ADA-compliant bathroom renovations. Effectiveness of the proposed project team and technical capabilities.
  • Capacity to Accomplish the Work: General workload and staffing capacity to meet deadlines, including compliance with subcontracting limitations.
  • Past Performance: Relevant projects completed within the last 5 years (design and construction) with government agencies or private industry, focusing on cost control, quality, and schedule compliance.
  • Reputation in A/E Community: Professional performance, management, and cooperativeness.
  • Claims and Terminations: Record of significant claims.
  • SDVOSB Commitment: Extent of commitment to using SDVOSBs.
  • Construction Period Services Experience: Experience in field inspections, submittal review, RFI support, and change order support.

Submission Requirements & Deadline

Interested firms must submit one (1) original completed Standard Form 330 (Parts I and II), including all consultants, via email to kevin.mahoney3@va.gov by 3:00 PM Central on May 22, 2026. The SF 330 must be a PDF document, not exceeding 10 MB and 50 pages (including additional pages). Part I Section H must include an organizational chart and a design quality management plan. The email subject line must clearly identify "Solicitation number: 36C25526R0135 and project name, FCA Improve and expand public restrooms - STL (MD), Project No. 657-27-202JB."

Important Notes

This is a request for SF 330s, not a Request for Proposal. Firms must be registered in SAM.gov and check the Excluded Parties List System (EPLS). Awarded contractors will be required to enroll in E-Verify.

People

Points of Contact

Kevin A MahoneyContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 6, 2026
C1DA--657-27-202JB FCA Improve and expand public restrooms JB- STL | GovScope