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 (RFQ 36C77625Q0289) for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic. This $20 Million opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due by March 2, 2026, at 3:00 PM ET.
Purpose & Scope
The VA seeks non-personal contractor support to bring the new Allentown Outpatient Clinic into full operational readiness, expanding access to primary care, mental health, and specialty care services for veterans. This new facility, approximately 51,355 net usable square feet, replaces existing clinics. The scope includes comprehensive project management, interior design, FF&E, space planning, CONOPS, transition planning, acquisition support, 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 project aims for completion by May 24, 2029.
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.
- Place of Performance: Primarily at the Government's facility in Allentown, PA, with necessary off-site work.
- Key Personnel: Required, including an Activation Project Manager, Senior Designer, and Senior Transition Planner, with specific experience and qualifications.
Eligibility & Set-Aside
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Eligible SDVOSBs must be verified by the VA 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. The deadline for technical questions was February 5, 2026, at 10:00 AM ET. Evaluation will be based on a Best Value determination, considering Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price. The Government may make an award without discussions. Required submissions include a Technical and Management Approach, Basis of Estimate, and Past Performance.
Key Attachments & Clarifications
- PWS (Attachment A): Details the full scope of IOT&A services.
- Pricing Worksheet (Attachment R): Template for detailing labor categories, rates, hours, and prices.
- Room Contents (Attachment Q, updated 2.17.2026): Comprehensive list of equipment and supplies.
- Wage Determination (Attachment P): Outlines minimum wage rates and fringe benefits.
- Q&A (Amendment 0001, posted 2.9.2026): Clarified requirements for room mock-ups, utilities, PALT, and artwork.
- Numerous other attachments provide templates for risk management, change management, WBS, FTE reporting, and security packages.
Contact Information
For inquiries, contact Michele M Laser, Contract Specialist, at michele.laser@va.gov. Questions were also directed to Mercedes.Blanton@va.gov.