C1DA--RFI - SF330--Architectural Design Services IDIQ, Project 695-25-110 Clement J Zablocki VA Medical Center, Milwaukee, WI

SOL #: 36C25226Q0132Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, 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
Feb 27, 2026
2
Last Updated
Mar 10, 2026
3
Response Deadline
Mar 27, 2026, 4:00 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 Clement J. Zablocki VA Medical Center in Milwaukee, WI, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price contract for Architectural Design Services. This Request for SF 330s (RFI) aims to identify qualified firms for various Non-Recurring Maintenance (NRM) construction projects. Responses are due by March 27, 2026, at 11:00 AM Local Time.

Scope of Work

The requirement is for professional architectural and engineering (AE) design services, primarily architectural in nature, but potentially including civil and structural components. Services encompass preparation of designs, plans, specifications, drawings, cost estimates, site visits, miscellaneous reports, and construction period services.

Contract Details

  • Contract Type: Firm-Fixed-Price IDIQ
  • Ordering Period: Five years
  • Guaranteed Minimum: $25,000.00
  • Contract Ceiling: $10,000,000.00
  • Order Minimum: $2,000.00
  • Order Maximum: $2,000,000.00
  • NAICS Code: 541310 (Architectural Services)
  • Size Standard: $13 Million

Set-Aside & Eligibility

This is a Total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Firms must be SDVOSB certified in the SBA's Small Business Search (https://search.certification.sba.gov/) and registered in SAM. Eligibility is restricted to SDVOSBs located in the general geographical area of the Clement J. Zablocki VA Medical Center, Milwaukee, WI, with knowledge of the locality. Offerors must certify compliance with VAAR 852.219-75, limiting subcontracting to non-SDVOSB firms to no more than 50% of the amount paid by the government.

Evaluation Factors (Descending Order of Importance)

  1. Professional Qualifications: ABET accredited, current licensure, 5+ years experience for discipline leads/senior AEs, and inclusion of a vertical transportation planning expert.
  2. Specific Experience & Qualifications of Personnel: Specialized experience in healthcare facility design, relevant codes (NFPA 99, ASHRAE 170), project phasing, and infection control.
  3. Specialized Experience & Technical Competence: Experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials.
  4. Capacity: Ability to manage and staff multiple assignments, maintain schedules, budgets, and quality compliance.
  5. Past Performance: Cost control, quality of work, and schedule adherence on government and private contracts (last three years).
  6. Record of Claims: Significant claims against the firm.
  7. Reputation: Professional performance, general management, and cooperativeness.
  8. Location: Proximity to the project and knowledge of the locality.

Submission Requirements & Deadlines

This is an RFI, not an RFP. No solicitation package will be issued via SAM. SF 330s must be submitted electronically via email to Kristine.Sutton@va.gov and Stacy.Hoover2@va.gov by March 27, 2026, at 11:00 AM Local Time. Submissions are limited to 75 single-sided pages (Times New Roman 12-point or larger) and cannot be .zip files. Questions must be submitted by March 9, 2026 to the same email addresses.

People

Points of Contact

Kristine SuttonContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Mar 10, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 27, 2026
C1DA--RFI0001 - SF330 QnA 1-21 | GovScope