Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
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 Program Contracting Activity – Central (PCAC), has issued a Request for Quotation (RFQ) for Initial Outfitting, Transition, and Activation (IOT&A) services for the Maury County (Columbia) Community Based Outpatient Clinic (CBOC) in Columbia, TN. This Firm-Fixed-Price contract, estimated up to $20 Million, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due January 10, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide comprehensive pre-activation and activation services over a 35-month base period (March 1, 2026 - January 31, 2029), with an optional 7-month warehousing task. Key services include:
- Comprehensive Project Management
- Interior Design, FF&E, and Space Planning Support
- CONOPS and Transitioning Planning
- Acquisition Support Services, covering package development, activation, delivery, relocation, installation, training, turnover, and post-occupancy support. Travel will be cost-reimbursable. Performance will primarily be at Government facilities, with some off-site work and meetings in Nashville, TN.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Estimated Value: Up to $20 Million.
- Period of Performance: Base 35 months (March 1, 2026 - January 31, 2029); Optional 7 months (April 1, 2028 - October 31, 2028) for warehousing.
- Special Requirements: Adherence to Organizational Conflict of Interest (OCI) guidelines, provision of subcontractor lists, and specific experience/qualification requirements for key personnel (e.g., IOTA Activation Project Manager, Senior Designer, Senior Transition Planner). Senior Designers require NCIDQ or AAHID certificates.
Submission & Evaluation
- Offer Submission: Electronically via email to John Conschafsky (john.conschafsky@va.gov) and Kathleen Klotzbach. Bidders are advised to submit at least 24 hours prior to the deadline to avoid transmission issues.
- Due Date: January 10, 2026, 12:00 PM EST.
- Evaluation Basis: Best Value.
- Evaluation Criteria: Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price.
Key Information for Bidders
Bidders must utilize the provided Pricing Worksheet (ATTACHMENT R) to detail labor categories, rates, and costs. The Performance Work Statement (ATTACHMENT A) outlines the detailed scope and requirements. Compliance with the Wage Determination (ATTACHMENT P) for labor costs and the Quality Assurance Surveillance Plan (ATTACHMENT M) for performance standards is essential. Personnel security requirements, including background checks and PIV badges, are detailed in the Security Package (ATTACHMENT O) and PDAT Summary (ATTACHMENT N). Numerous templates are provided for project management, risk, change, move, and equipment management, often requiring data entry into a SharePoint tool.