C1DA--657A4-26-101, Replace Electrical Switchboards Building 1, 7 and 20

SOL #: 36C25526R0054Pre-Solicitation

Overview

Buyer

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

Place of Performance

Poplar Bluff, Missouri

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
Jan 15, 2026
2
Last Updated
Feb 5, 2026
3
Response Deadline
Feb 17, 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), specifically the John J. Pershing VA Medical Center (JJPVAMC) in Poplar Bluff, Missouri, has issued a Pre-Solicitation Notice for Architectural & Engineering (A/E) Services. This opportunity, identified as Project 657A4-26-101, seeks qualified firms to replace electrical switchboards in Buildings 1, 7, and 20. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Interested firms must submit an SF 330 qualification package by February 17, 2026.

Scope of Work

The selected A/E firm will provide comprehensive professional services to upgrade the electrical infrastructure at JJPVAMC. This includes design development, detailed design, and preparation of construction documents for the replacement of existing electrical switchboards and removal of abandoned equipment. The project may encompass demolition, new construction of architectural, HVAC, plumbing, data/voice, security, structural, hazardous material abatement, seismic, and interior finish systems.

Key responsibilities include:

  • Conducting thorough investigations and site visits to verify existing conditions.
  • Designing in full compliance with current VA standards, design guides, and all applicable codes (mechanical, plumbing, electrical, fire protection, seismic, life safety).
  • Providing a phase plan to minimize facility impact during construction.
  • Utilizing a secure file-sharing website (e.g., Procore or Oracle) for project communication.
  • Delivering various design submissions: Preliminary Layout, Schematic (10%), Design Development (35%), Construction Documents (60%, 90%, 100%), Bid Documents, Conformed Drawings, and As-Built Drawings.
  • Engaging a third-party firm for fire protection and life safety reviews at 60% and 100% design stages.

The A/E team must include licensed/registered professionals such as Architects, Mechanical, Plumbing, Electrical, Life Safety Engineers, Communications Designers, Interior Designers, and Cost Estimators, with demonstrable experience in complex healthcare projects.

Contract Details

  • Contract Type: Anticipated Firm Fixed Price.
  • Estimated Construction Magnitude: Between $10,000,000 and $20,000,000.
  • Anticipated Design Completion: Approximately 270 calendar days.
  • NAICS Code: 541330 Engineering Services, with a small business size standard of $25.5M.
  • Award is contingent upon the availability of funds.

Eligibility & Submission Requirements

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Firms must be verified and listed in the SBA Registry (https://search.certifications.sba.gov/) and registered in SAM.gov.

Interested firms must submit one (1) complete Standard Form 330 (SF 330) qualification package (Parts I and II), including all consultants. The submission, including any additional pages, must not exceed 65 pages (8.5 x 11 inches). Part I, Section H must include an organizational chart and a design quality management plan.

Evaluation Factors

Submissions will be evaluated based on the following criteria, in descending order of importance:

  1. Professional Qualifications: Resumes of key personnel (Project Manager, Designers of Record, Quality Control Manager, etc.), Missouri registration for Designers of Record, and relevant project experience (3-5 projects in past 5 years per resume).
  2. Specialized Experience and Technical Competence: Detailed narrative of 3-5 relevant projects (completed design and construction within the last 10 years) demonstrating experience with similar healthcare projects and electrical switchboard replacements.
  3. Capacity to Accomplish Work: Assessment of current staff levels, workload, availability of the project team, and compliance with VAAR 852.219-75 (Limitations on Subcontracting).
  4. Past Performance: Five completed relevant project CPARS or similar documentation, with an emphasis on VA work and projects within the last 10 years.
  5. Estimating Effectiveness: Information on the five most recently awarded construction projects designed by the team, including construction estimates vs. actual award prices, and explanation for differences greater than 10%.
  6. Claims, Terminations and Litigation: Record of significant claims, terminated contracts, and litigation involvement in the past five years.

Key Dates & Contacts

This is a request for SF 330s only; no solicitation document is available at this time. The Government will not reimburse costs for responding.

People

Points of Contact

Lucia CowsertContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Feb 5, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 26, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 15, 2026
C1DA--657A4-26-101, Replace Electrical Switchboards Building 1, 7 and 20 | GovScope