C1DA--New Design - Replace OPC AHU, OPC, 1st Floor, 2nd Floor & 3rd Floor | 570-26-315 | A and E Design Services

SOL #: 36C26126R0022Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Fresno

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 9, 2026
2
Last Updated
Feb 24, 2026
3
Response Deadline
Mar 9, 2026, 3:00 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 Network Contract Office 21 (NCO 21), is soliciting Architectural/Engineering (A/E) Design Services for Project 570-26-315: Replace OPC AHU, OPC, 1st Floor, 2nd Floor & 3rd Floor at the VA Central California Health Care System (VACCHCS) in Fresno, CA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Firms are invited to submit Standard Form (SF) 330s by March 16, 2026, at 8:00 AM PDT.

Scope of Work

The A/E firm will provide design services for replacing three Air Handling Units (AHUs) and all necessary ancillary components within the Outpatient Clinic (OPC) building. This includes one AHU in the basement and two in the penthouse. The project involves transitioning from a dual duct system to a single duct VAV reheat system, ensuring new AHUs can provide 100% outside air for emergency epidemic events. The scope also covers associated electrical, plumbing, low voltage, architectural, and structural modifications, as well as return, exhaust, humidity control, and monitoring equipment. The design must meet current criteria and incorporate provisions for proper phasing and environmental controls. The estimated construction budget for the designed portion is not to exceed $18,796,000.00.

Contract & Timeline

  • Contract Type: A/E Design Services (SF 330 submission for qualifications)
  • Estimated A/E Value: Between $1 million and $2 million
  • Period of Performance: Approximately 245 calendar days after Notice to Proceed (NTP) for design services.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 541330 (Engineering Services), Size Standard: $25.5 million
  • Product Service Code: C1DA (Architect And Engineering Construction: Hospitals And Infirmaries)
  • SF 330 Submission Deadline: March 16, 2026, at 8:00 AM PDT
  • Submission Method: Electronic copy of SF 330 package via e-mail to Alison Weinstein (alison.weinstein@va.gov) AND Jose A. Hernandez (jose.hernandez1@va.gov).

Evaluation Factors

SF 330s will be evaluated based on:

  1. Professional Qualifications: Licensing required for Architects, Mechanical, Electrical, Fire Protection, and Structural Engineers.
  2. Specialized Experience and Technical Competence: Specific experience in AHU design, personnel experience in hospital settings, and construction period services.
  3. Capacity: Availability of lead personnel to accomplish work in the required time.
  4. Past Performance: Submission of 3-5 completed Contractor Performance Assessment Report System (CPARS) evaluations for similar projects (scope, size, complexity) completed within the past five years.
  5. Location: Geographical area and knowledge of the locality. The government will identify at least three highly qualified SDVOSB firms for discussions/interviews.

Key Requirements & Notes

Firms must be verified in the Small Business Administration (SBA) Small Business Search (SBS) database as an SDVOSB and registered in SAM. A Quality Assurance/Quality Control (QA/QC) plan with a certified independent third-party QA Officer is required. The A/E firm must conduct site investigations, field verification, and evaluate existing systems. An asbestos study ("Submittal No. 13") is available, providing critical information on asbestos-containing materials at the VA Fresno campus, which is highly relevant for planning and cost assessment.

People

Points of Contact

Alison WeinsteinContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Pre-Solicitation
Posted: Feb 24, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Feb 17, 2026
Version 2
Pre-Solicitation
Posted: Feb 5, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 9, 2026
View
C1DA--New Design - Replace OPC AHU, OPC, 1st Floor, 2nd Floor & 3rd Floor | 570-26-315 | A and E Design Services | GovScope