Q702--San Marcos CBOC IOTA

SOL #: 36C77626Q0149Solicitation

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
Mar 25, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 20, 2026, 2:00 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), specifically the PCAC (36C776) office, is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the new San Marcos, TX Community Based Outpatient Clinic (CBOC). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a potential value of up to $20 Million. Proposals are due by May 20, 2026, at 2:00 PM ET.

Purpose & Scope

The Veterans Health Administration (VHA) requires non-personal IOT&A services to bring a new multi-specialty clinic in San Marcos, TX, into full operation. The clinic will be approximately 29,060 net usable square feet and include 156 parking spaces, serving Veterans in the San Marcos area. The primary objective is to complete the IOT&A project by the projected first day of clinical services in March 2029.

The scope of work encompasses comprehensive project management, interior design, Furniture, Fixtures, and Equipment (FF&E) planning, space planning, Concepts of Operations (CONOPS) development, transition planning, acquisition support, package development, activation, delivery, installation, training, turnover, and post-occupancy support. An optional task for warehousing and warehousing management services is also included.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be VA-verified and meet NAICS 541614 small business size standards.
  • Period of Performance: Estimated 33 months, from August 1, 2026, to April 30, 2029.
  • Estimated Value: Up to $20 Million (as indicated in SF 1449).
  • Product Service Code (PSC): Q702 (Technical Medical Support)
  • NAICS Code: 541614
  • Place of Performance: San Marcos, TX 78666, USA.

Key Requirements

The contractor shall provide all labor, materials, transportation, and equipment. Key personnel roles are defined, including IOTA Activation Project Manager, Senior Designer, and Senior Transition Planner, with specific experience and qualification requirements. Personnel will require background investigations (NACI, MBI, or BI) commensurate with their access level. Numerous deliverables are specified, including project status reports, integrated master schedules, risk management plans, change management plans, Work Breakdown Structures (WBS), design submittals, and various plans related to activation, installation, and warehousing. Compliance with the new "Addressing DEI Discrimination by Federal Contractors" clause (FAR 52.222-90) is required. Several attachments (e.g., Equipment Inventory, Change Management, Risk Management, FTE Report, Integrated Move Plan, Room Contents Acquisition Plan) are templates, but actual data entry and deliverable requirements will be managed through a SharePoint tool.

Submission & Evaluation

  • Submission Method: Electronic via email to the Contract Specialist and Contracting Officer.
  • Proposal Due: May 20, 2026, at 2:00 PM ET.
  • Evaluation Criteria: Best Value determination based on Key Personnel (Pass/Fail), Technical Submission, Past Performance, and Price. Offerors are encouraged to submit best terms initially.
  • Pricing: Bidders must use the provided "ATTACHMENT R - Pricing Worksheet" to structure their cost proposals. Travel costs are to be added by the Government post-award and should not be included in bidder quotes. Wage Determination (ATTACHMENT P) must be considered for labor costs.

Contact Information

For inquiries, contact Kathleen Klotzbach, Contract Specialist, at kathleen.klotzbach@va.gov.

People

Points of Contact

Kathleen KlotzbachContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 28, 2026
Version 2
Solicitation
Posted: Apr 17, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 25, 2026
View