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), Veterans Health Administration (VHA), is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic (OPC). This $20 Million Firm-Fixed-Price contract is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The objective is to bring the new 51,355 net usable square foot facility into full operation by May 24, 2029, expanding healthcare access for Veterans. Proposals are due March 2, 2026, at 3:00 PM UTC.
Scope of Work
The contractor will provide comprehensive non-personal IOT&A services, including project management, interior design, Furniture, Fixtures, and Equipment (FF&E) planning, space planning, Concepts of Operations (CONOPS) and transition 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 is also included. The new clinic replaces existing facilities to expand primary care, mental health, and specialty care services.
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.
- Organizational Conflict of Interest (OCI): Provisions apply, restricting contractor participation in FF&E procurements.
Submission & Evaluation
Offerors must submit proposals electronically via email to the Contract Specialist and Contracting Officer. Required submissions include details on Key Personnel (Activation Project Manager, Senior Designer, Senior Transition Planner), a Technical and Management Approach, a Basis of Estimate, and Past Performance. Evaluation will be based on a Best Value determination, considering Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price. The government may award without discussions.
Key Attachments & Clarifications
- PWS (Attachment A): Details the full scope of work and performance objectives.
- Pricing Worksheet (Attachment R): Crucial for detailing proposed labor categories, rates, hours, and prices by PWS Task. Travel costs are excluded from this sheet.
- QASP (Attachment L): Outlines how contractor performance will be monitored and evaluated.
- Room Contents (Attachment Q): An updated version (dated 2.17.2026 via Amendment 0002) provides detailed lists of required equipment and supplies.
- Q&A (Amendment 0001): Clarifies requirements for room mock-ups, contractor responsibilities for utilities, Package Acquisition Lead Time (PALT), and artwork programs.
- Security: Contractor personnel require background checks and PIV badges.
Contact Information
For questions, contact Michele M Laser, Contract Specialist, at michele.laser@va.gov.