Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services

SOL #: 36C77626Q0045Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

Place of performance not available

NAICS

Process (541614)

PSC

Technical Medical Support (Q702)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 26, 2025
2
Last Updated
Feb 4, 2026
3
Response Deadline
Jan 22, 2026, 5:00 PM

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), is soliciting proposals 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 at $20 Million, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 10, 2026, at 12:00 PM ET.

Scope of Work

The contractor will provide non-personal IOT&A services to support the Veterans Health Administration's mission to bring the Columbia CBOC into full planned operations. Key services 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 is also included. It is clarified that relocation of staff, equipment, reuse, personnel files, and department expendable supplies is NOT part of the contractor's scope.

Contract Details & Timeline

  • Contract Type: Firm-Fixed-Price (FFP). CLIN 0001 is structured as a monthly unit price. Travel is cost-reimbursable and will be added by the Government at award.
  • Period of Performance: A base period of 35 months, estimated from March 1, 2026, to January 31, 2029. An optional warehousing period is from April 1, 2028, to October 31, 2028.
  • Estimated Value: $20 Million.
  • Key Dates: Lease award and facility address are anticipated in February 2026, with an estimated Base Operations Date (BOD) in late June 2028.

Eligibility & Evaluation

This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Eligible offerors must be verified by the VA and meet the small business size standard for NAICS code 541614. 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 permissible if proposed personnel meet or exceed minimum qualifications.

Submission Requirements & Key Notes

Proposals must be submitted electronically via email to both John.Conschafsky@va.gov and Kathleen.Klotzbach@va.gov by February 10, 2026, 12:00 PM ET. Offerors are advised to submit at least 24 hours prior to the deadline to avoid transmission issues. Numerous attachments, including the Performance Work Statement (PWS), revised Pricing Worksheet (ATTACHMENT R), and various templates (e.g., Risk Management Plan, Change Management Plan, Move Plan, FTE Report, Security Package), are critical for proposal development. NCIDQ or AAHID certificates are required for the Senior Designer position. The Training and Simulation plan is a mandatory deliverable. Bidders must adhere to the provided Wage Determination (ATTACHMENT P) for labor costs and review the Quality Assurance Surveillance Plan (QASP) for performance expectations.

People

Points of Contact

John ConschafskyContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 5
Solicitation
Posted: Feb 4, 2026
View
Version 4
Solicitation
Posted: Jan 23, 2026
View
Version 3
Solicitation
Posted: Jan 9, 2026
View
Version 2
Solicitation
Posted: Jan 8, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 26, 2025