Q702--Bangor, ME 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) is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Bangor, Maine Outpatient Clinic. This Firm-Fixed-Price contract is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The purpose is to support the Veterans Health Administration (VHA) in bringing the facility into full planned operations. Offers are due May 14, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide comprehensive professional services for all planning and IOT&A activities. This includes project management, interior design, Furniture, Fixtures, and Equipment (FF&E) and space planning support, CONOPS and transitioning planning, and acquisition support services. Specific services encompass package development, activation, delivery, relocation, installation, training, turnover, and post-occupancy support. Key personnel required include an IOT&A Activation Project Manager, Senior Interior Designer, and Senior Transition Planner. Only 3D rendering mock-ups are required, not physical ones. The optional task for Warehousing and Warehousing Management Services is likely to be exercised.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Estimated Value: $20 Million (for the base period)
- Period of Performance: Estimated 39 months, from May 29, 2026, to August 28, 2029, with an anticipated completion by September 2029.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms must be VA-verified and meet the small business size standard for NAICS code 541614 ($20 Million).
- Place of Performance: Primary at Government facility (Bangor, ME), with some off-site work. Meetings at VA Maine Healthcare System, Augusta, ME.
- Organizational Conflict of Interest (OCI): Contractors are prohibited from participating in procurements of FF&E related to this contract.
Submission & Evaluation
- Offer Due Date: May 14, 2026, at 10:00 AM ET.
- Submission Method: Electronically via email to Rachel.Yallech@va.gov and Mercedes.Blanton@va.gov.
- Evaluation: Award will be made on a Best Value basis, considering Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price. Past performance evaluation will consider active and completed federal/private sector contracts from the past three years (up to three references).
- Required Forms: Offerors must complete and submit the Certificate of Compliance for Services and Construction (VAAR 852.219-75).
- Pricing: Bidders must use the provided pricing worksheet (Attachment R), ensuring no travel costs are included and it is not submitted as a Basis of Estimate if it contains labor rates/costs.
Additional Notes
No pre-proposal site visit or industry day will be offered. A full FAR 52.219-9 subcontracting plan is not required. The solicitation includes a newly added FAR 52.222-90, "Addressing DEI Discrimination by Federal Contractors (APR 2026)."