C211--657A4-26-119 FCA - Replace Fire and Domestic Main Phase II

SOL #: 36C25526R0133Pre-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

NAICS

Architectural Services (541310)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
May 14, 2026
2
Response Deadline
Jun 16, 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 NCO 15 Contracting Office, is seeking Service-Disabled Veteran Owned Small Business (SDVOSB) firms for Architectural and Engineering (A-E) Services to design the Replace Fire and Domestic Main Phase II project at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This is a presolicitation notice requesting SF 330 qualification packages. Submissions are due by June 16, 2026, at 2:00 PM Central Standard Time.

Scope of Work

The A-E firm will be responsible for the design development to address existing deficiencies in the fire water main and potable water storage system, building upon Phase I. The project may include demolition, new construction of utility services, potable water storage, electrical power, data/voice, and storm water drainage. Key tasks involve thorough investigation of existing conditions, including a geotechnical investigation, and working from VA-furnished drawings while verifying all existing conditions through site visits. Designs must comply with current VA standards, design guides (PG-18-15, Volume C), and all applicable codes (structural, mechanical, plumbing, electrical, fire protection, seismic, life safety). System modeling (e.g., Trane Trace 700) and energy efficiency improvements are required. The design must accommodate a construction contract estimated between $10,000,000.00 and $20,000,000.00.

Contract & Timeline

  • Type: A-E Services, Firm Fixed Price contract anticipated.
  • NAICS: 541310 Architectural Services ($12.5M size standard).
  • Period of Performance: Design completion is approximately 240 calendar days.
  • Set-Aside: 100% Service-Disabled Veteran Owned Small Business (SDVOSB).
  • Submission Due: June 16, 2026, at 2:00 PM Central Standard Time.
  • Published: May 14, 2026.

Submission Requirements

Interested A-E firms must submit one (1) completed Standard Form 330 qualification package (Parts I and II) electronically to Cedric Graham at cedric.graham@va.gov. The submission must include an organizational chart (excluding consultants) and a design quality management plan in Part I Section H. The total package, including additional pages, must not exceed fifty (50) pages (8.5 x 11 inches).

Evaluation Criteria

Submissions will be evaluated in descending order of importance:

  1. Professional Qualifications: Experience and education of individuals, team record, and licensed professionals (architects/engineers) in Missouri or a recognized state.
  2. Specialized Experience and Technical Competence: Experience in designing similar work/facilities, particularly in healthcare and active medical centers. Provide 3-5 relevant projects (design and construction completed within the last 10 years).
  3. Estimating Effectiveness: Information on five most recently awarded construction projects designed by the A/E team, comparing A/E estimate to actual award price, with explanations for variances over 10%.
  4. Past Performance: Performance on relevant projects (design and construction completed) with VA, other government agencies, and private industry, focusing on cost control, quality, and schedule compliance. Provide 3 completed project CPARS or similar documentation (within 5 years preferred).
  5. Capacity to Accomplish the Work: General workload and staffing capacity, and ability to meet the 50% design work requirement by SDVOSB employees or eligible subcontractors.
  6. Claims, Terminations, and Litigation: Record of significant claims, terminated contracts, and litigation involvement over the past five years.

Eligibility & Important Notes

This procurement is 100% set-aside for qualified SDVOSB firms. Firms must be verified and listed in the Vendor Information Pages (Vetbiz.gov) database and registered in SAM.gov. This is a presolicitation notice; no solicitation document is available, and no award will be made from this announcement. The government will not reimburse costs for responding. Awarded contractors must enroll in E-Verify within 30 days of contract award.

People

Points of Contact

Cedric GrahamContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 14, 2026
C211--657A4-26-119 FCA - Replace Fire and Domestic Main Phase II | GovScope