Q702--Allentown Outpatient Clinic IOT&A
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), through its PCAC office, has issued Solicitation 36C77625Q0289 for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic (OPC). This $20 Million Firm-Fixed-Price (FFP) contract is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The project aims to replace existing facilities and expand access to Primary Care, Mental Health, and specialty care services for Veterans in Allentown, PA. Offers are due by March 2, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide comprehensive IOT&A services, including project management, interior design, Furniture, Fixtures, and Equipment (FF&E) planning, space planning, Concepts of Operations (CONOPS) and transitioning planning, and acquisition support. Services encompass package development, activation, delivery, relocation, installation, training, turnover, and post-occupancy support. An optional task for Warehousing and Warehousing Management Services (PWS Section 17.1) is also included. The new clinic will be approximately 51,355 net usable square feet.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Estimated Value: $20 Million
- Period of Performance: Approximately 37 months, with a base period from May 11, 2026, to June 10, 2029.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Eligible firms must be VA-verified and meet the small business size standard for NAICS code 541614.
- Key Personnel: Specific requirements for an Activation Project Manager, Senior Designer, and Senior Transition Planner are detailed in the Performance Work Statement (PWS).
- Organizational Conflict of Interest (OCI): Provisions apply, restricting contractor participation in FF&E procurements.
Submission & Evaluation
- Offer Due Date: March 2, 2026, 3:00 PM ET.
- Technical Questions Deadline: February 5, 2026, 10:00 AM ET.
- Submission Method: Electronically via email to the Contract Specialist (Michele.Laser@va.gov) and Contracting Officer.
- Required Submissions: Performance Work Statement (PWS), Technical and Management Approach, Basis of Estimate, and Past Performance.
- Evaluation Criteria: Best Value determination, considering Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price. The government may make an award without discussions.
Key Attachments
Bidders should review numerous attachments, including:
- Attachment A (PWS): Details the full scope of work.
- Attachment R (Pricing Worksheet): Template for labor categories, rates, and hours.
- Attachment P (Wage Determination): Specifies minimum wage rates and fringe benefits for the region.
- Attachment L (QASP): Outlines quality assurance surveillance methods and performance standards.
- Other Attachments: Provide templates for staff rosters, security packages, risk management, change management, move plans, FTE reports, and a Work Breakdown Structure (WBS). Many templates indicate that actual data entry will be managed through a SharePoint tool.