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), Veterans Health Administration (VHA), Program Contracting Activity – Central (PCAC) has issued a Request for Quotation (RFQ) for Initial Outfitting, Transition, and Activation (IOT&A) Services for the new Maury County (Columbia) Community Based Outpatient Clinic (CBOC) in Columbia, TN. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract aims to bring the clinic into full planned operations, providing healthcare services to Veterans. Quotes are due by February 10, 2026, at 12:00 PM ET.
Scope of Work
The required services are non-personal and include:
- Comprehensive Project Management
- Comprehensive Interior Design, FF&E, and Space Planning Support
- CONOPS and Transitioning Planning
- Acquisition Support Services (package development, Activation, Delivery, Relocation and Installation, Training, Turnover, and Post Occupancy Support)
- An optional task for Warehousing and Warehousing Management Services.
Relocation of staff, equipment, reuse, personnel files, and department expendable supplies are explicitly NOT part of the contractor's scope.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Estimated Period of Performance: 35 months for the base period (March 1, 2026 - January 31, 2029). The optional warehousing period is 7 months (April 1, 2028 - October 31, 2028).
- Estimated Value: Block 26 indicates $20 Million.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be VA-verified and meet NAICS code 541614 small business size standards.
- Pricing Structure: CLIN 0001 (IOTA Services) is a monthly unit price over the 35-month base period. Travel is cost-reimbursable and will be added by the Government.
Submission & Evaluation
- Submission Deadline: February 10, 2026, 12:00 PM ET. Offers must be submitted electronically via email to John Conschafsky (john.conschafsky@va.gov) and Kathleen Klotzbach (Kathleen.Klotzbach@va.gov).
- Evaluation Criteria: Award will be made on a Best Value basis, considering Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price.
- Key Personnel: Substitution requests prior to award are possible if proposed personnel meet or exceed minimum qualifications. NCIDQ or AAHID certificates are required for the Senior Designer.
Key Attachments & Clarifications
- A revised Pricing Worksheet (ATTACHMENT R) and RFQ Questions and Answers have been provided, clarifying scope, deliverables, and pricing. Bidders must use the provided pricing template and adhere to wage determinations (ATTACHMENT P).
- A Quality Assurance Surveillance Plan (QASP - ATTACHMENT M) details performance monitoring and evaluation methods.
- Security requirements (ATTACHMENT O) for personnel background checks and PIV badge issuance are critical.
- Lease award and facility address are anticipated in February 2026, with an estimated Building Occupancy Date (BOD) in late June 2028.